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_education_retender@justice.gov.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: www.gov.uk/government/organisations/ministry-of-justice
  
              Address of the buyer profile: www.gov.uk/government/organisations/ministry-of-justice/about/procurement
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.gov.uk/government/organisations/ministry-of-justice
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
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
Public order and safety
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
HMP & YOI Parc Learning & Skills Provision
            Reference number: prj_2288
  II.1.2) Main CPV code
  80000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Ministry of Justice (MoJ) is tendering the Learning and Skills provision for HMP and YOI Parc, Bridgend South Wales.
  The Learning & Skills provision is to deliver a minimum of 600 adult and 60 Children Leaning & Skills activity places per day in educational blocks, house blocks, outdoor areas and vocational workshops and also deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare and wing based etc.
  II.1.5) Estimated total value
  Value excluding VAT: 
			37 580 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    75231200
    80400000
    II.2.3) Place of performance
    NUTS code:
    UKL14
    UKL17
Main site or place of performance:
    HMP & YOI Parc
    Heol Hopcyn John
    Bridgend
    South Wales
    CF35 6A
    II.2.4) Description of the procurement
    The Authority's key objectives for the Contract are to:
    •	provide prisoners with education through delivery of Learning and Skills which better prepare them for employment and further education, and thereby contribute to the rehabilitative culture of HMP & YOI Parc and support the reduction of re-offending;
    •	allow for the delivery of a ‘Whole Prison Approach’ to ensure the service provided is joined-up, streamlined and supports the integration of offender management, industries, custody, and health services; 
    •	Ensure a safe and secure mobilisation process. 
    The Service – high level requirements
    •	The successful Bidder shall be required to design the provision to meet the learning needs of the prison population, the education and employment opportunities in the resettlement areas prisoners return to following release from custody and to fit the prison’s core day and operational conditions.    
    •	The successful Bidder will be expected to provide assessment and learning and skills places from the Service commencement date.
    •	The successful Bidder shall be required to deliver a minimum of 600 Adult and 60 Children learning and skills full time activity places each day in the Education building, house blocks, outdoor areas and vocational workshops. The successful Bidder will also deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare, wing based, etc; It is expected that 50% of Adult workspaces will be provided with embedded learning.
    •	The aim of the daily regime at the Prison is to create a balanced and integrated regime. All Prisoners will have the opportunity to be out of their cell and participate in learning activities except when the needs of safety and security prevent it, or a Prisoner is undergoing punishment including Basic Regime under the IEP scheme.
    •	The successful Bidder delivering Learning and Skills will share the vision for the prison and will have an important role in promoting the learning culture throughout the prison and demonstrate support for the organisational values and individual values. As real working environments, all prison facilities should be used in the delivery of learning including but not limited to:
    •	Vocational workshops
    •	Industries workshops provided by external contractors and in house
    •	Kitchens
    •	Physical education and gyms
    •	Laundry services
    •	Horticulture
    •	Libraries
    •	Outdoor vocational learning areas
    •	Recycling unit
    •	Wellbeing centre 
    It is currently anticipated that the Contract will include the ability for the Authority to remove the YOI (Children's) element of delivery from Year 5  at no additional cost to the Authority, which would lead to a change of use from moving 60 prisoner spaces from Youth to Adult. Please see the draft Contract for further information.
    Further details of the opportunity are set out in the procurement documents that are being released at this stage of the procurement. Please see VI.3 for information on those procurement documents.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 180
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract has a seven (7) year initial duration, plus an optional two (2) year extension and a further optional one (1) year extension at the Authority's discretion'.
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 3
    Objective criteria for choosing the limited number of candidates:
    As set out within the Authority's Invitation To Participate (ITP) Volume 2 - SQ Instructions and Response Guide'
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Please see II.2.7 for information on extension options and II.2.4 for information on the YOI (Children's) change of use option.
    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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Contract performance conditions as stated in the procurement documents.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  Competitive dialogue
  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:
  2021/S 000-010353
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              10/09/2021
  
                Local time: 12:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              25/10/2021
  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: 6 (from the date stated for receipt of tender)
              
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Procurement procedure:
This  requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. Consequently, this procurement is being run in accordance with the Light Touch Regime as a bespoke procurement process following an SQ stage, Dialogue Stage (not evaluated) and ITT Stage. The Authority is not bound by the rules for competitive dialogues set out in Regulation 30. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement.
The eSourcing Portal and procurement documents:
The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITP, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the 
eSourcing Portal. 
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, participating in dialogue or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement and not to award a contract 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 at this stage of the 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.
Transparency:
HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the general public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore potential providers who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf).
Only documentation related to the award will be published. The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property rights;
(d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000);
(e) third party confidential information;
(f) IT security; and
(g) Prevention of fraud.
Freedom of information (FOI):
The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.
VI.4) Procedures for review
  VI.4.1) Review body
  
    Ministry of Justice
    102 Petty France
    London
    SW1H 9AJ
    UK
   
 
VI.5) Date of dispatch of this notice
16/08/2021