Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

HMPPS Common Awarding Organisations

  • First published: 10 April 2024
  • Last modified: 10 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043b5e
Published by:
Ministry of Justice
Authority ID:
AA25231
Publication date:
10 April 2024
Deadline date:
29 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Across the prison estate, HMPPS and Education Providers (procured by HMPPS) deliver qualifications as part of education, skills, and work provision. The aim is to ensure that prisoners can develop key knowledge, skills, and behaviours through the delivery of qualifications that are recognised by industry experts and the wider community, enabling them to progress towards meaningful outcomes on release, with the long-term aim of reducing reoffending.

In 2016, Dame Sally Coates undertook a review of Prison Education and recommended mandating the use of single Awarding Organisations to deliver services in key subject areas to drive consistency of learning and ensure that prisoners can continue qualifications if they transfer establishments. The Government committed to this in the Prison Safety and Reform White Paper in 2016.

In 2019, the Prisoner Education Framework (PEF) was introduced to deliver core education services across the prison estate. Common Awarding Bodies were procured to support Prisoner Education Framework providers.

In 2021, the Prisons Strategy White Paper was published, this set out the vision for a modern prison estate to create the right conditions to support rehabilitation. A key component in the paper was the commitment to a new Prisoner Education Service (PES) which will:

• improve literacy and numeracy outcomes

• incentivise obtaining qualifications

• increase prospects of work or further education upon release

Prisoner Education Service contracts will commence in April 2025. To ensure consistency in learning, HMPPS will be mandated to use Ofqual Registered Common Awarding Organisations for the following curriculum areas:

1) Mathematics

2) English

3) Catering and Hospitality

4) Textiles

5) Engineering

This procurement is to appoint an Ofqual registered supplier for each of the above curriculum areas.

This procurement is run under the Light Touch Regime.

The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of a number of volumes, is available only in electronic format via the Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the Portal https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

Telephone: +44 02033343555

E-mail: ccmd-prisoneducationservice-programme@justice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/ministry-of-justice

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://ministryofjusticecommercial.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://ministryofjusticecommercial.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

HMPPS Common Awarding Organisations

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Across the prison estate, HMPPS and Education Providers (procured by HMPPS) deliver qualifications as part of education, skills, and work provision. The aim is to ensure that prisoners can develop key knowledge, skills, and behaviours through the delivery of qualifications that are recognised by industry experts and the wider community, enabling them to progress towards meaningful outcomes on release, with the long-term aim of reducing reoffending.

In 2016, Dame Sally Coates undertook a review of Prison Education and recommended mandating the use of single Awarding Organisations to deliver services in key subject areas to drive consistency of learning and ensure that prisoners can continue qualifications if they transfer establishments. The Government committed to this in the Prison Safety and Reform White Paper in 2016.

In 2019, the Prisoner Education Framework (PEF) was introduced to deliver core education services across the prison estate. Common Awarding Bodies were procured to support Prisoner Education Framework providers.

In 2021, the Prisons Strategy White Paper was published, this set out the vision for a modern prison estate to create the right conditions to support rehabilitation. A key component in the paper was the commitment to a new Prisoner Education Service (PES) which will:

• improve literacy and numeracy outcomes

• incentivise obtaining qualifications

• increase prospects of work or further education upon release

Prisoner Education Service contracts will commence in April 2025. To ensure consistency in learning, HMPPS will be mandated to use Ofqual Registered Common Awarding Organisations for the following curriculum areas:

1) Mathematics

2) English

3) Catering and Hospitality

4) Textiles

5) Engineering

This procurement is to appoint an Ofqual registered supplier for each of the above curriculum areas.

This procurement is run under the Light Touch Regime.

The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of a number of volumes, is available only in electronic format via the Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the Portal https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

II.1.5) Estimated total value

Value excluding VAT: 2 640 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

• Lot 1 – English

• Lot 2 – Maths

• Lot 3 – Catering & Hospitality

• Lot 4 – Textiles

• Lot 5 – Engineering

II.2) Description

Lot No: English

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This procurement is in place to secure one Ofqual registered Common Awarding Organisation for each English (Excluding ESOL).

As a minimum, the Contractor must offer a suite of qualifications in English at pre-entry, entry level 1, entry level 2, entry level 3, level 1, and level 2.

The Contractor must offer a breadth of qualifications within English of varying breadth and complexity or specialism, which must include as a minimum:

• Functional skills in English at entry level 1

• Functional skills in English at entry level 2

• Functional skills in English at entry level 3

• Functional skills in English at level 1

• Functional skills in English at level 2

The Contractor may offer qualifications in English at other levels in addition, however, this is not a mandatory requirement.

The Contractor will be used as the preferred awarding organisation in English. If the Contractor is unable to provide a qualification in English required by the Authority, the Authority retains the right to utitlise another awarding organisation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 461 250.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contracts may be extended up to three years at the Authority’s discretion. 

II.2.13) Information about European Union funds

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

Lot No: Mathematics

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This procurement is in place to secure one Ofqual registered Common Awarding Organisation for Mathematics.

As a minimum, the Contractor must offer a suite of qualifications in Mathematics at pre-entry, entry level 1, entry level 2, entry level 3, level 1, and level 2.

The Contractor must offer a breadth of qualifications within Mathematics of varying breadth and complexity or specialism, which must include as a minimum:

• Functional skills in Mathematics at entry level 1

• Functional skills in Mathematics at entry level 2

• Functional skills in Mathematics at entry level 3

• Functional skills in Mathematics at level 1

• Functional skills in Mathematics at level 2

The Contractor may offer qualifications in Mathematics at other levels in addition, however, this is not a mandatory requirement.

The Contractor will be used as the preferred awarding organisation in mathematics. If the Contractor is unable to provide a qualification in mathematics required by the Authority, the Authority retains the right to utitlise another awarding organisation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 492 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contracts may be extended up to three years at the authority’s discretion  

II.2.13) Information about European Union funds

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

Lot No: Catering and Hospitality

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This procurement is in place to secure one Ofqual registered Common Awarding Organisation for Catering and Hospitality

The Contractor must ensure that its qualifications in Catering and Hospitality are built on the standards required by workplaces to undertake job roles in Catering and Hospitality, developing the knowledge, skills and understanding that enables progression routes to employment in Catering and Hospitality .

The Contractor must ensure that its qualifications in Catering and Hospitality enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.

As a minimum, the Contractor must offer a suite of qualifications in Catering and Hospitality at level 1 and level 2. The Contractor could offer qualifications in hospitality and catering at other levels, however, this is not a mandatory requirement.

The Contractor must offer qualifications within Catering and Hospitality in the following area:

• food safety, hygiene, and allergen awareness

The Contractor must also offer a breadth of qualifications within Catering and Hospitality of varying breadth and complexity or specialism, which could include, and is not limited to, Catering and Hospitality qualifications related to the following areas:

• general hospitality and catering

• introduction to hospitality and catering

• customer service

• hospitality services

• catering services

• teamwork

• health and safety

• food safety, hygiene, and allergen awareness

• meeting dietary needs, including healthy foods

• food preparation, production, and cooking

• cookery

• culinary skills

• barista skills

• baking

• using catering equipment

Note: the above examples are for illustrative purposes only, Contractors do not need to provide all the above to be eligible to bid.

The Contractor will be used as the preferred awarding organisation in Catering and Hospitality . If the Contractor is unable to provide a qualification in Catering and Hospitality required by the Authority, the Authority retains the right to utitlise another awarding organisation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 922 500.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contracts may be extended up to three years at the Authority’s discretion  

II.2.13) Information about European Union funds

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

Lot No: Textiles

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Contractor must ensure that its qualifications in Textiles are built on the standards required by workplaces to undertake job roles in textiles, developing the knowledge, skills and understanding that enables progression routes to employment in Textiles.

The Contractor must ensure that its qualifications in Textiles enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.

As a minimum, the Contractor must offer a suite of qualifications in Textiles at level 1 and level 2. The Contractor could offer qualifications in Textiles at other levels, however, this is not a mandatory requirement.

The Contractor must offer a breadth of qualifications within Textiles of varying breadth and complexity or specialism, which could include, textiles qualifications related to the following areas:

• introduction to Textiles

• manufacturing sewn and Textile products, including cutting, sewing, repair and inspection

• industrial Textile machinery use, repair and maintenance

• fashion design and development

Note: the above examples are for illustrative purposes only, Contractors do not need to provide all the above to be eligible to bid.

The Contractor will be used as the preferred awarding organisation in Textiles. If the Contractor is unable to provide a qualification in Textiles required by the Authority, the Authority retains the right to utitlise another awarding organisation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 369 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contracts may be extended up to three years at the Authority’s discretion  

II.2.13) Information about European Union funds

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

Lot No: Engineering

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Contractor must ensure that its qualifications in Engineering are built on the standards required by workplaces to undertake job roles in Engineering, developing the knowledge, skills and understanding that enables progression routes to employment in Engineering.

The Contractor must ensure that its qualifications in Engineering enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.

As a minimum, the Contractor must offer a suite of qualifications in Engineering at level 1 and level 2. The Contractor could offer qualifications in Engineering at other levels in addition to the above, however, this is not a mandatory requirement.

The Contractor must offer a breadth of qualifications within Engineering of varying breadth and complexity or specialism, which could include engineering qualifications related to the following areas:

• general Engineering

• introduction to Engineering

• performing Engineering operations

• engineering for product manufacture and refurbishment

• vehicle/automotive engineering, including inspection, maintenance, repair and fitting

• electrical installation and construction

• fabrication and welding

• computer aided design

• glass and glazing manufacture and refurbishment

• railway Engineering

Note: The above examples are for illustrative purposes only, Contractors do not need to provide all of the above to be eligible to bid.

The Contractor will be used as the preferred awarding organisation in Engineering. If the Contractor is unable to provide a qualification in engineering required by the Authority, the Authority retains the right to utitlise another awarding organisation.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 396 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contracts may be extended up to three years at the Authority’s discretion.  

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-005474

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

Date: 29/05/2024

Local time: 12:00

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

EN

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

Duration in months: 24 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Award of contract: The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest or in tendering for this opportunity. The Authority reserves the right to abandon, rewind, pause or terminate the procurement and not to award one or more contract(s) at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract

Important notice: This Contract Notice must be read in full together with the procurement documents being released for this procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

09/04/2024

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ccmd-prisoneducationservice-programme@justice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.