Tender

Prison Operator Services - HMP Dovegate

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2024/S 000-039755

Procurement identifier (OCID): ocds-h6vhtk-04c605

Published 10 December 2024, 1:06pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

opcompcommercial@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.justice.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Prison Operator Services - HMP Dovegate

Reference number

prj_12662

two.1.2) Main CPV code

  • 75231230 - Prison services

two.1.3) Type of contract

Services

two.1.4) Short description

The Ministry of Justice (the “Authority”) operating through His Majesty's Prison and Probation Service (HMPPS) is seeking to run a procurement competition that intends to provide high quality, value for money custodial and maintenance services as part of the operation of HMP Dovegate.

two.1.5) Estimated total value

Value excluding VAT: £479,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75231210 - Imprisonment services
  • 75240000 - Public security, law and order services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

HMP Dovegate

two.2.4) Description of the procurement

This notice launches the procurement competition for the provision of prison operator services for HMP Dovegate, under the Light Touch Regime of the Public Contract Regulations (2015).

HMP Dovegate is a male Category B Reception, Training, Resettlement prison for over 18-year-olds located near Uttoxeter in Staffordshire. Accommodation at the prison is divided into the main prison (960 places) and the Democratic Therapeutic Community (200 places). In 2009 the addition of a further accommodation block and other facilities, saw the prison capacity increase to a maximum of 1,160 places.

Prison Operator Services (also referred to as "prison management" in global markets) involves the provision of Operational Custodial Services and Facilities Management (FM) of prisons in England and Wales.

Specifically, a Prison Operator Contract covers delivery of all operational custodial services (including but not limited to education, rehabilitation, training, work, security, resettlement) and FM services (hard and soft) that are required for a prison to hold prisoners, both safely and securely, while providing transformative services that reduce reoffending and maintain the prison to a high standard.

The Authority has procured contracts for the operation of prisons to the private sector since the early 1990s and has long advocated a shared approach to prison operation that includes a mix of public, voluntary and private sector involvement.

HMP Dovegate is currently a Private Finance Initiative funded prison, and the current contractual agreement will expire on 8h July 2026. The Ministry of Justice wishes to guarantee the safe and efficient transfer of services with minimal disruption to staff and prisoners, whilst ensuring the prison is modernised to enable it to be fit for the future.

Details of the procurement can be found in the Invitation to Tender (ITT) documents which are structured into five volumes and are located in Ministry of Justice’s e-Sourcing Portal (Jaggaer).

Volume 1: Introduction, Instructions, Procurement Process and indicative timelines – providing instructions on the completion and submission of tenders.

Volume 2: Bidder Response Criteria – providing details of the Response Criteria Bidders are required to cover in their Bids, together with guidance on completion of Bidder responses against each criterion.

Volume 3: The Draft Contract.

Volume 4: Evaluation Methodology - providing details of the evaluation methodology by which the Bid will be evaluated and the award criteria; and

Volume 5: Data Rooms - containing details of the data and information that the Authority is making available to Bidders to assist them in the preparation of their Tenders.

The anticipated duration for the Contract will be 12 years from the operational services commencement date, with an option for a 3-year extension (1+1+1) and contains an option of a break clause at 6 years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £479,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The contract is based on the Cabinet Office’s Model Contract.

The Authority will manage the Contract through a range of Contract Delivery Indicators (CDIs) set out in Schedule 15 – Appendix 2, together with information provided by the successful Bidder as part of their bid submission which will form Schedule 7 (Contractors Proposal).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 January 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 January 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders who initially respond to this notice and successfully meet the Authority's minimum criteria stipulated in the Selection Questionnaire (SQ), will be taken through to the next stage of the competition, “soft dialogue engagement events’’ as enabled for via the Schedule 3 of the Public Contract Regulations (2015) - Light Touch Restricted Procedure.

As part of the Selection Questionnaire (SQ), Bidders will have to demonstrate that they have the credibility, capability and understanding of the key principles and approach required to deliver services at HMP Dovegate.

The soft dialogue engagement events bring to life the aspects of the competition, giving Bidders the opportunity to talk to Authority’s subject matter experts and will help Bidders to shape their submissions. Following these events, a final set of Tender documentation will be issued.

The Ministry of Justice (the “Authority”) intends to run this Competition via the Restricted Procedure using the Light Touch Regime as specified in PCR 2015. The Authority will conduct the procurement in accordance with the principles of equal treatment, transparency, non-discrimination, and proportionality.

The Authority is inviting Bidders to respond to this notice and submit responses to the Selection Questionnaire (SQ). As part of the SQ stage, Bidders must submit a completed Financial Viability Risk Assessment (FVRA) template. In addition, it is the Bidders responsibility throughout the Competition to inform the Authority of any adverse movement in the baselines, which were established in the FVRA. Should the criteria set out in the SQ not be met, the Authority will exclude Bidders from the process. Further details of the Authority’s approach are set out in the SQ.

Following evaluation of the completed SQ, the Authority will invite down-selected Bidders to attend “soft dialogue engagement events”, and thereafter Invitation to Submit Final Tenders (ISFT) will be issued.

Details regarding requirements for the submission of Tenders will be set out in Volume 2 of the ISFT documents. Bidders should comply with the requirements of this in the preparation and submission of Tenders.

Bidders should upload their complete Tender electronically via the Authority’s e-Sourcing Portal, Jaggaer, for evaluation by the Authority. The Authority reserves the right to reject Tenders that fail to be uploaded by the specified submission deadline.

The award for prison operator services for HMP Dovegate will be based on a Bidders ability to satisfy the Authority that they have the capability and competency to deliver a safe and secure prison against the criteria in the ISFT Volumes. The award for this procurement competition will be based on the most economically advantageous tender.

Registration: The Authority will be using its e-Sourcing Portal known as Jaggaer. The e-Sourcing Portal is an online application that allows all bidders to create and submit their responses to any SQ and Tenders via the internet.

Bidders instructions to express an interest in this Tender:

1) Login to the Portal at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html with username and password;

2) Click the PQQs/ITTs Open to All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier);

3) Click on the relevant SQ/ITT to access the content using the following: SQ Code – PQQ_466 Project Code – prj_12662;

4) Click the “Express Interest” button at the top of the page. This will move the SQ/ITT into your “My PQQs/My ITTs” page. (This is a secure area reserved for your projects only);

5) You can now access any attachments by clicking “Buyer Attachments” in the “PQQ/ITT Details” box instructions on how to submit a Tender will be provided;

6) If you experience any technical problems, please e-mail esourcing@Justice.gov.uk;

7) In the event of system issues please contact the Jaggaer Helpdesk via telephone 0800 069 8630/ 0845 010 0132

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

102 Petty France

London

SW1H 9A

Email

opcompcommercial@justice.gov.uk

Country

United Kingdom

Internet address

www.justice.gov.uk