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

Screening & Assessment Tools and Associated Services

  • First published: 31 January 2024
  • Last modified: 31 January 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-03cd58
Published by:
Ministry of Justice
Authority ID:
AA25231
Publication date:
31 January 2024
Deadline date:
16 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The English, Mathematics and Digital Skills Tools must accurately assess prisoner’s current skills and ability under the following outcomes: 

Pre-entry level

Entry level 1 

Entry level 2 

Entry level 3 

Level 1 

Level 2 or higher 

Further information on the scope of this lot is set out in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

Contact person: Stuart Taylor

Telephone: +44 07517498009

E-mail: PES-ScreeningandAssessment@justice.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.gov.uk/government/organisations/ministry-of-justice

I.3) Communication

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

www.minstryofjusticecommercial.bravosolutions.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.minstryofjusticecommercial.bravosolutions.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

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Screening & Assessment Tools and Associated Services

II.1.2) Main CPV code

72212190

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority invites Bidders to take part in this public procurement process for the provision of Screening & Assessment Tools and Associated Services, covering provision of Maths, English, Digital Skills and Reading and English as a Second Language (ESOL) and Additional Learning Needs for His Majesty’s Prison and Probation Service (HMPPS). The opportunity will be split in 4 lots as set out in this Contract Notice, with further information being contained in the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 9 807 952.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Maths English and Digital Skills

II.2.2) Additional CPV code(s)

48190000

72212210

72212311

72212517

72250000

72253000

72260000

72261000

72267000

72310000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The English, Mathematics and Digital Skills Tools must accurately assess prisoner’s current skills and ability under the following outcomes: 

Pre-entry level

Entry level 1 

Entry level 2 

Entry level 3 

Level 1 

Level 2 or higher 

Further information on the scope of this lot is set out in the 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.2.6) Estimated value

Value excluding VAT: 2 451 987.90  GBP

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

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (a maximum duration of 7 years)

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: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 2

II.2.1) Title

Reading

II.2.2) Additional CPV code(s)

48190000

72212190

72212210

72212311

72212517

72250000

72253000

72260000

72261000

72267000

72310000

72322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Reading Tool must accurately identify gaps in a prisoner’s reading ability covering comprehension, reading fluency and phonological awareness and must indicate a reading level/score and level of reading support required to progress their ability to read.

Reading assessments can be partly digital but must include interaction with and assessment outcomes determined by screening and assessment delivery staff

Further information on the scope of this lot is set out in the 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.2.6) Estimated value

Value excluding VAT: 2 451 987.90  GBP

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

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (a maximum duration of 7 years)

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: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 3

II.2.1) Title

ESOL

II.2.2) Additional CPV code(s)

48190000

72212190

72212210

72212311

72212517

72250000

72253000

72260000

72261000

72267000

72310000

72322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The ESOL Tool (a new element) must accurately identify any gaps in a prisoner’s ability to read, write, speak and understand English, written and spoken language, in line with National Standards. The tool must also indicate the level of support required to enable progression.

ESOL assessments can be partly digital but should include interaction with and reading assessment outcomes determined by screening and assessment delivery staff

Further information on the scope of this lot is set out in the 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.2.6) Estimated value

Value excluding VAT: 2 451 987.90  GBP

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

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

This initial Term will run be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (maximum duration of 7 years)

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: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 4

II.2.1) Title

Additional Learning Needs

II.2.2) Additional CPV code(s)

48190000

72212190

72212210

72212311

72212517

72231000

72250000

72253000

72260000

72261000

72267000

72322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Additional Learning Needs Indicator Tool must Identify areas of potential:

Communication and Interaction need.

Cognition and Learning need.

Social, Emotional and Mental Health difficulties.

Physical and/or Sensory Needs.

In addition to identifying areas of potential additional learning need also identify strengths, all contributing to the process of making reasonable adjustments.

Produce results that can inform and support processes of additional needs support planning within a whole prison approach including prison inductions, education, and the wider prison regime.

Further information on the scope of this lot is set out in the 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.2.6) Estimated value

Value excluding VAT: 2 451 987.90  GBP

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

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

This initial Term will be for 4 years with the Authority having the ability to extend the duration for a further period of up to 3 years (maximum duration of 7 years)

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: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As per the Invitation to Tender and supporting documentation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per the Invitation to Tender and supporting documentation


Minimum level(s) of standards required:

As per the Invitation to Tender and supporting documentation

III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per the Invitation to Tender and supporting documentation


Minimum level(s) of standards required:

As per the Invitation to Tender and supporting documentation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The successful bidder may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations.

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:

2023/S 000-014118

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

Date: 16/02/2024

Local time: 17:00

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

Tender must be valid until: 01/03/2025

IV.2.7) Conditions for opening of tenders

Date: 15/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Initial Expressions of interest must be by way of registering on Bravo Solutions and expressing an interest in the Screening & Assessment project in order to be issued an NDA. Alternatively a copy of the NDA can be requested by email from PES-ScreeningandAssessment@justice.gov.uk. Access to the project documentation will only be granted upon the Authority receiving a duly signed NDA. Completion and submission of the Standard Selection Questionnaire (in accordance with the requirements set out in the ITT) and Tender by the date and time specified in Section IV2.2 will warrant a bid for this opportunity. The Authority reserves the right not to accept bids that are received after the deadline. Bidders are encouraged to return their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A2LL

UK

VI.5) Date of dispatch of this notice

29/01/2024

Coding

Commodity categories

ID Title Parent category
72322000 Data management services Database services
72310000 Data-processing services Data services
72231000 Development of software for military applications Defence and security
72212311 Document management software development services Programming services of application software
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
72253000 Helpdesk and support services System and support services
72212517 IT software development services Programming services of application software
72212210 Networking software development services Programming services of application software
72267000 Software maintenance and repair services Software-related services
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
72250000 System and support services Software programming and consultancy services

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:
PES-ScreeningandAssessment@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.