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