Tender

Prison Operator Services Framework Agreement

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Tender

04 Dec 2018 at 09:52

Summary of the contracting process

The Ministry of Justice is seeking tenders for its "Prison Operator Services Framework Agreement" aimed at providing Operational Custodial Services and Facilities Management for prisons in England and Wales. The procurement is classified under "Justice services" and falls within the scope of social and other specific services as per Directive 2014/24/EU. The tender process is currently active, with the tender submission deadline set for 17 December 2018. Successful bidders will have the opportunity to manage a new Category C Resettlement Prison in Wellingborough, which is scheduled to open in early 2021. The Framework Agreement will last for six years, allowing for multiple opportunities for Mini-Competitions as prison contracts are renewed and new facilities are developed.

This tender offers significant business growth opportunities particularly for companies specialising in custodial services and facilities management. Businesses that can demonstrate the capability to manage, maintain, and operate prisons will be well-suited to submit proposals. Additionally, small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate, as the procurement process has provisions to support these groups. Engaging in this framework will not only broaden the clientele of successful bidders but also enhance their portfolio within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Prison Operator Services Framework Agreement

Notice Description

This notice relates to the competition for the provision of Prison Operator Services in England and Wales. The service involves the provision of Operational Custodial Services and Facilities Management of the prisons. These services are categorised as 'social and other specific services' in accordance with Directive 2014/24/EU of the European Parliament and of the Council Article and schedule 3 of the Public Contracts Regulation 2015 (the Regulations), Section 7 of the Regulations applies. The services will fall under the Light Regime of the Directive. The Framework Agreement will be with the Ministry of Justice operating through Her Majesty's Prison and Probation Service (HMPPS). Bidders who are successfully admitted to the Prison Operator Framework will be eligible to participate in Mini-Competitions for the provision of custodial services and works at specific prisons. The first Mini-Competition will be for the management, maintenance and operation of a new build Category C Resettlement Prison in Wellingborough. This prison is scheduled to open in early 2021; to ensure that custodial services and works are in place for this opening, the Mini-Competition for this provision is being launched at a similar time to the competition to let the Framework Agreement. Only bidders who are successfully admitted to the Prison Operator Services Framework Agreement will be eligible for award of the Call-Off Contract to operate HMP / YOI Wellingborough. Bidders who initially respond to this notice and successfully meet the Authority's minimum criteria stipulated in the Selection Questionnaire (SQ), will be taken through to the next stage of the competition (the Invitation to Participate in Dialogue (ITPD)) for the Prison Operator Services Framework Agreement and be eligible to participate in the Mini-Competition for the award of a contract to operate HMP / YOI Wellingborough. The operation of current prison contracts (as they expire) and new-build prisons will be considered for competition via the Prison Operator Services Framework Agreement. The Prison Operator Services Framework Agreement will be for a period of six (6) years. A longer Framework Agreement is required to ensure there are sufficient Mini-Competition opportunities to maximise market interest and sufficient investment opportunity for new entrants. Bidders will be required to demonstrate they have the capability and competency to manage, maintain and operate prisons to be accepted on the Prison Operator Services Framework Agreement. Further details of the services and process will be set out in the Invitation to Participate in Dialogue (ITPD) documents.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-49571614-ef75-4ad3-9451-c53995cf228c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5a6afe70-9dc9-44c3-a601-cbc597a693c6
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75230000 - Justice services

75231200 - Services related to the detention or rehabilitation of criminals

75231210 - Imprisonment services

75240000 - Public security, law and order services

75241000 - Public security services

Notice Value(s)

Tender Value
£4,000,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 20187 years ago
Submission Deadline
17 Dec 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
24 Jun 2019 - 24 Jun 2025 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-49571614-ef75-4ad3-9451-c53995cf228c-2018-12-04T09:52:02Z",
    "date": "2018-12-04T09:52:02Z",
    "ocid": "ocds-b5fd17-49571614-ef75-4ad3-9451-c53995cf228c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_176857/729920",
        "title": "Prison Operator Services Framework Agreement",
        "description": "This notice relates to the competition for the provision of Prison Operator Services in England and Wales. The service involves the provision of Operational Custodial Services and Facilities Management of the prisons. These services are categorised as 'social and other specific services' in accordance with Directive 2014/24/EU of the European Parliament and of the Council Article and schedule 3 of the Public Contracts Regulation 2015 (the Regulations), Section 7 of the Regulations applies. The services will fall under the Light Regime of the Directive. The Framework Agreement will be with the Ministry of Justice operating through Her Majesty's Prison and Probation Service (HMPPS). Bidders who are successfully admitted to the Prison Operator Framework will be eligible to participate in Mini-Competitions for the provision of custodial services and works at specific prisons. The first Mini-Competition will be for the management, maintenance and operation of a new build Category C Resettlement Prison in Wellingborough. This prison is scheduled to open in early 2021; to ensure that custodial services and works are in place for this opening, the Mini-Competition for this provision is being launched at a similar time to the competition to let the Framework Agreement. Only bidders who are successfully admitted to the Prison Operator Services Framework Agreement will be eligible for award of the Call-Off Contract to operate HMP / YOI Wellingborough. Bidders who initially respond to this notice and successfully meet the Authority's minimum criteria stipulated in the Selection Questionnaire (SQ), will be taken through to the next stage of the competition (the Invitation to Participate in Dialogue (ITPD)) for the Prison Operator Services Framework Agreement and be eligible to participate in the Mini-Competition for the award of a contract to operate HMP / YOI Wellingborough. The operation of current prison contracts (as they expire) and new-build prisons will be considered for competition via the Prison Operator Services Framework Agreement. The Prison Operator Services Framework Agreement will be for a period of six (6) years. A longer Framework Agreement is required to ensure there are sufficient Mini-Competition opportunities to maximise market interest and sufficient investment opportunity for new entrants. Bidders will be required to demonstrate they have the capability and competency to manage, maintain and operate prisons to be accepted on the Prison Operator Services Framework Agreement. Further details of the services and process will be set out in the Invitation to Participate in Dialogue (ITPD) documents.",
        "datePublished": "2018-12-04T09:52:02Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75230000",
            "description": "Justice services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75231200",
                "description": "Services related to the detention or rehabilitation of criminals"
            },
            {
                "scheme": "CPV",
                "id": "75231210",
                "description": "Imprisonment services"
            },
            {
                "scheme": "CPV",
                "id": "75240000",
                "description": "Public security, law and order services"
            },
            {
                "scheme": "CPV",
                "id": "75241000",
                "description": "Public security services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 4000000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue (above threshold)",
        "tenderPeriod": {
            "endDate": "2018-12-17T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-06-25T00:00:00+01:00",
            "endDate": "2025-06-24T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5a6afe70-9dc9-44c3-a601-cbc597a693c6",
                "datePublished": "2018-12-04T09:52:02Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "For further information please follow the link to the Ministry of Justice eSourcing Portal",
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=40430"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-39199",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "petpcompetition@digital.justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-39199",
        "name": "Ministry of Justice."
    }
}