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

YOI Education Service Provision

  • First published: 01 September 2021
  • Last modified: 01 September 2021

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:
Published by:
Ministry of Justice.
Authority ID:
AA79552
Publication date:
01 September 2021
Deadline date:
15 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;

for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.

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: yes-retender@justice.gov.uk

Telephone: +44 02033343555

E-mail: Ben.newton1@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://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

I.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 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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

YOI Education Service Provision

II.1.2) Main CPV code

80310000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement is run under the light touch regime, there will be selection criteria and there will be award criteria. Further detail around this process will be included in the procurement documentation.

In order to participate in this procurement, bidders should sign up to the Authority’s electronic procurement portal found here:

https://ministryofjusticecommercial.bravosolution.co.uk/

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier; for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services. The Authority does not bind itself to award any contract nor does it bind itself to accept any tender. The Authority reserves the right to change or cancel this procurement at any time. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders.

II.1.5) Estimated total value

Value excluding VAT: 132 000 000.00  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: 2

II.2) Description

Lot No: HMYOI Cookham Wood

II.2.2) Additional CPV code(s)

75230000

75231210

80000000

80210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

HMYOI Cookham Wood (postcode ME1 3JU),

II.2.4) Description of the procurement

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;

for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.

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: 29 000 000.00  GBP

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

Start: 01/09/2022

End: 31/08/2029

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:

A mechanism for Optional services will be set out in the Contract suite

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: HMYOI Feltham

II.2.2) Additional CPV code(s)

75230000

75231210

80000000

80210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

HMYOI Feltham (postcode TW13 4NP)

II.2.4) Description of the procurement

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;

for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.

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: 31 000 000.00  GBP

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

Start: 01/09/2022

End: 31/08/2029

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:

A mechanism for Optional services will be set out in the Contract suite

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: HMYOI Werrington

II.2.2) Additional CPV code(s)

75230000

75231210

80000000

80210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

HMYOI Werrington (postcode ST9 0WY)

II.2.4) Description of the procurement

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier;

for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services.

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: 22 000 000.00  GBP

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

Start: 01/09/2022

End: 31/08/2029

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:

A mechanism for Optional services will be set out in the Contract suite

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: HMYOI Wetherby

II.2.2) Additional CPV code(s)

75230000

75231210

80000000

80210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

HMYOI Wetherby (postcode LS22 5ED)

II.2.4) Description of the procurement

This procurement is run under the light touch regime, there will be selection criteria and there will be award criteria. Further detail around this process will be included in the procurement documentation.

In order to participate in this procurement, bidders should sign up to the Authority’s electronic procurement portal found here:

https://ministryofjusticecommercial.bravosolution.co.uk/

The Supplier will design and deliver a “core education service” - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum at the Secure Setting will include literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (ESOL), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the Core Common Curriculum Requirements and agreeing this with the Authority.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The Supplier will, if the Authority requires the Supplier to provide an Optional Service or an Additional Service as described in Schedule 24 (Optional Services and Additional Services) (eg youth work services or library services) provide such service and such service shall become part of the Core Common Curriculum Requirements.

The Supplier's primary remit will be to deliver Core Common Curriculum Requirements to all Learners in the Secure Setting in accordance with the Framework for Integrated Care (SECURE STAIRS). Such requirements include working with other providing delivering services for Learners released back into the community and those transitioning to the adult estate. Specifically:

The Authority requires the Supplier to have the requisite expertise and resources to provide the Services;

activities covered by this Specification include assessments, completing formulation based learning plans, timetabling (including the Wider Curriculum Requirements ), curriculum development, curriculum delivery, HR and staffing, partnerships with the Secure Setting and other partners providing services within the Secure Setting including the health provider, and partnerships with community and resettlement processes and suppliers, which together, are the Services to be made available to the Authority by the Supplier; for all Services, the Supplier must comply with any specific applicable Standards of the Authority.

the Supplier shall support the Authority by providing resource and expertise to assess and address the Secure Setting education requirements set out herein. A flexible, responsive approach from the Supplier is therefore essential to delivery of the Services. The Authority does not bind itself to award any contract nor does it bind itself to accept any tender. The Authority reserves the right to change or cancel this procurement at any time. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders.

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: 50 000 000.00  GBP

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

Start: 01/09/2022

End: 31/08/2029

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:

A mechanism for Optional services will be set out in the Contract suite

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure - Accelerated procedure

Justification:

This procurement falls within the exemption afforded by the Light Touch Regime.

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 000-000818

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

Date: 15/10/2021

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: 12 (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

See link for PIN: https://www.find-tender.service.gov.uk/Notice/000818-2021

Scope of the Requirement

We require Suppliers to design and deliver a “core education service” for children and young adults in the YOIs - a broad and balanced curriculum using various and innovative delivery methods to meet the needs of all Learners including, but not limited to, traditional face-to-face classroom-based teaching and digitally enabled in-room learning. The broad and balanced curriculum will include (but not be limited to) literacy and numeracy (specifically Maths and English), English for Speakers of Other Languages (“ESOL”), Personal, Health, Social and Economic Education (PHSEE) and Information and Communications Technology (ICT). The Supplier will be ultimately responsible for designing the content of the curriculum. A flexible and responsive approach from the Supplier is therefore essential to delivery of the Services.

The Supplier will provide a careers advice service which is independent of the rest of the service and which aligns with the Gatsby Benchmarks of Good Career Guidance.

The core service at HMYOI Wetherby will include library services from contract commencement.

Other activities covered within the scope of the requirement include working with other partners providing services to the YOI and ICT services related to education.

We may require the provision of certain optional services and/or additional services. There is no obligation for us to take any such services from the Suppliers and nothing shall prevent us from receiving services that are the same as or similar to the optional services or the additional services from any third party.

Optional Services HMYOI Wetherby: Youth Work

Optional Services HMYOI Feltham: Youth Work and Library Services

Optional Services HMYOI Cookham Wood: Youth Work and Library Services

Optional Services HMYOI Werrington: Youth Work and Library Services

The library is a service for children and young adults at the YOIs to use, borrow and exchange books and to access other resources such as newspapers. A service must be provided to those who are not able to visit the library in person including those subjects to separation or for other reasons.

Youth work encompasses a broad range of activity designed to engage children and young adults at the YOIs in meaningful personal and social development processes. Such activity might include running youth clubs and one-to-one support and facilitating the engagement of those in custody with education and other on-site activities.

Suppliers may be offered the opportunity to deliver additional educational services, for example learning through drama or music interventions, adding to existing education provision as needs arise. The values for these services including the optional services is estimated to be £1.9M across the 4 Lots.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Justice

London

UK

VI.5) Date of dispatch of this notice

31/08/2021

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
75231210 Imprisonment services Judicial services
75230000 Justice services Provision of services to the community
80210000 Technical and vocational secondary education services Secondary education services
80310000 Youth education services Higher education 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:
Ben.newton1@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.