Tender

Prisoner Escort and Custody Services In England and Wales (Generation 4)

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Tender

22 Jun 2018 at 08:35

Summary of the contracting process

The Ministry of Justice is conducting a tender for the provision of Prisoner Escort and Custody Services (Generation 4) in England and Wales, with the procurement process currently in the Tender stage. This contract covers two lots, with an anticipated budget of £1.55 billion, and aims to enhance the efficiency of the transport and custody of prisoners, integrating modern technology and practices into the service. The submission deadline for this tender is 19th July 2018, with services expected to commence on 29th August 2020 and continue until 28th August 2029. The procurement method is selective, employing a competitive procedure with negotiation as delineated in the Public Contracts Regulations 2015.

This tender presents significant opportunities for business growth particularly for companies in the security, transport, and technology sectors, especially those specialising in video communications and custody services. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate, given the potential for collaborative ventures in delivering these essential services. Firms adept in managing logistics and safety in high-stakes environments will find this an ideal opportunity to expand their market reach within the criminal justice system.

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

Prisoner Escort and Custody Services In England and Wales (Generation 4)

Notice Description

This notice launches the competition for the provision of the 4th generation of the Prisoner Escort and Custody Services contracts (PECS) in England and Wales. PECS provides a critical function to a range of Criminal Justice System (CJS) stakeholders including the Police, Courts, Prisons and Youth Custody Services. The contract will be split into 2 lots, Lot N: North East, North West, Midlands and Yorkshire and Humberside and Wales, Lot S: East of England, London, South East and South West. PECS4 contractors will continue to physically transport prisoners between locations but increasingly the requirement will be to enable and support changes to the core operating model for courts, prisons and the police resulting from the implementation of MoJ reform programmes, including an increased proportion of business being delivered in a virtual environment with greater emphasis on the use of video technology. PECS contractors will be responsible for the movement of adult males and females from prisons and police stations to courts as well as, inter-prison transfers, the movement of children and young people from Young Offender Institutions (YOIs), Secure Training Centres (STCs) and Secure Children's Homes (SCHs) as well as care and security whilst in the court custody area and in the dock, and transfers from courts to prisons and other nominated locations at the conclusion of court business. The services will include: - Escorting of adults and children and young people, - At Court Care and Security, - Inter Prison Transfers, - Bedwatches for Children and Young People, - Prisoner Welfare, - Tornado and Mutual Aid, - Incident Management, - Audit and Quality Assurance. Each service component (adult and children and young people) will be separately specified, funded and managed. The anticipated quantity or scope is an estimate of the potential value of the contracts and does not in any way guarantee any level of expenditure. The estimated cost range is real in 2018, does not account for inflation and includes any possible future changes to the requirement for services as listed in additional information of this PIN. All values should be considered as indicative only. The award criteria will be based on the most economically advantageous tender. Potential providers will be able to bid for both lots but will only be allowed to win 1 of the lots, unless there is only one bidder across both lots, in which case both lots could be awarded to 1 bidder. Potential providers will be required to state within their response to the Selection Questionnaire (SQ) the lots they want to bid for. If potential providers bid for both lots, they must be prepared to be awarded a contract for either lot, and must not state a preference. Variant bids will not be permitted. Additional information: 1)Type of procedure: The services being awarded are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to regulation 74 will be subject to the light regime under which the Authority is not obliged to comply with the full requirements of the PCR. The Authority will conduct a process similar to the competitive procedure with negotiation and will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement. 2) Objective criteria for choosing the number of candidates: Maximum of 5 bidders for each lot will be invited to participate in the negotiation phase of the procurement process following assessment of initial bids. Details of the objective criteria for selecting shortlisted bidders will be set out in the procurement documents. Where the top 5 ranked bidders cannot be identified due to 2 or more bidders being ranked in 5th place, the Authority will take through all equally ranked bidders at this rank. If all potential providers elect to bid for both lots, the maximum number of bidders to be shortlisted will be 5. Where the top 5 ranked bidders cannot be identified due to 2 or more bidders being ranked in 5th place, the Authority will take through all equally ranked bidders at this rank. 3) Economic and financial assessment Economic and Financial assessment will form part of the Selection Questionnaire on a Pass / Fail basis. The Authority will be requesting updates to the information throughout the negotiation phase and should the criteria set out in the 6.1.4.2 of the SQ Information and Background, not be met, the Authority will exclude Potential Providers from the process. Further details of the Authority's approach are set out in the Selection Questionnaire. 4) Registration: The Authority will be performing events through its e-Sourcing Portal known as Bravo. Bidders Instructions to express an interest in this tender. a) Login to the Portal with the username / password; b) Click the 'PQQs / ITTs Open To All Suppliers' link. c) Click on the relevant SQ/ ITT to access the content using the following: SQ Code - PQQ_115 Project Code - prj_1126; d) Click the 'Express Interest' button at the top of the page. This will move the SQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only); e) You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box 5) Additional services: During the life of the Contract, the Authority may commission none, some or all of the additional services described below: - Adult hospital escorts and bedwatches, - Operation of video links in public sector prisons, - Operation of video links in police custody suites or remand hearing centres, - Operation of Mobile Video Services for court hearings, - Removal of Foreign National Offenders and repatriation of British National Offenders

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ad3f2a29-068a-4fbf-9535-3ebeabb99f67
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/b4127ccb-3902-4356-b96c-1eafd3240b26
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (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

75231220 - Prisoner-escort services

Notice Value(s)

Tender Value
£1,550,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Jun 20187 years ago
Submission Deadline
19 Jul 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
28 Aug 2020 - 28 Aug 2029 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
Not specified
Contact Email
pecs_4_competition@justice.gov.uk
Contact Phone
Not specified

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
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

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

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-ad3f2a29-068a-4fbf-9535-3ebeabb99f67-2018-06-22T09:35:57+01:00",
    "date": "2018-06-22T09:35:57+01:00",
    "ocid": "ocds-b5fd17-ad3f2a29-068a-4fbf-9535-3ebeabb99f67",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_140787/682804",
        "title": "Prisoner Escort and Custody Services In England and Wales (Generation 4)",
        "description": "This notice launches the competition for the provision of the 4th generation of the Prisoner Escort and Custody Services contracts (PECS) in England and Wales. PECS provides a critical function to a range of Criminal Justice System (CJS) stakeholders including the Police, Courts, Prisons and Youth Custody Services. The contract will be split into 2 lots, Lot N: North East, North West, Midlands and Yorkshire and Humberside and Wales, Lot S: East of England, London, South East and South West. PECS4 contractors will continue to physically transport prisoners between locations but increasingly the requirement will be to enable and support changes to the core operating model for courts, prisons and the police resulting from the implementation of MoJ reform programmes, including an increased proportion of business being delivered in a virtual environment with greater emphasis on the use of video technology. PECS contractors will be responsible for the movement of adult males and females from prisons and police stations to courts as well as, inter-prison transfers, the movement of children and young people from Young Offender Institutions (YOIs), Secure Training Centres (STCs) and Secure Children's Homes (SCHs) as well as care and security whilst in the court custody area and in the dock, and transfers from courts to prisons and other nominated locations at the conclusion of court business. The services will include: - Escorting of adults and children and young people, - At Court Care and Security, - Inter Prison Transfers, - Bedwatches for Children and Young People, - Prisoner Welfare, - Tornado and Mutual Aid, - Incident Management, - Audit and Quality Assurance. Each service component (adult and children and young people) will be separately specified, funded and managed. The anticipated quantity or scope is an estimate of the potential value of the contracts and does not in any way guarantee any level of expenditure. The estimated cost range is real in 2018, does not account for inflation and includes any possible future changes to the requirement for services as listed in additional information of this PIN. All values should be considered as indicative only. The award criteria will be based on the most economically advantageous tender. Potential providers will be able to bid for both lots but will only be allowed to win 1 of the lots, unless there is only one bidder across both lots, in which case both lots could be awarded to 1 bidder. Potential providers will be required to state within their response to the Selection Questionnaire (SQ) the lots they want to bid for. If potential providers bid for both lots, they must be prepared to be awarded a contract for either lot, and must not state a preference. Variant bids will not be permitted. Additional information: 1)Type of procedure: The services being awarded are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to regulation 74 will be subject to the light regime under which the Authority is not obliged to comply with the full requirements of the PCR. The Authority will conduct a process similar to the competitive procedure with negotiation and will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement. 2) Objective criteria for choosing the number of candidates: Maximum of 5 bidders for each lot will be invited to participate in the negotiation phase of the procurement process following assessment of initial bids. Details of the objective criteria for selecting shortlisted bidders will be set out in the procurement documents. Where the top 5 ranked bidders cannot be identified due to 2 or more bidders being ranked in 5th place, the Authority will take through all equally ranked bidders at this rank. If all potential providers elect to bid for both lots, the maximum number of bidders to be shortlisted will be 5. Where the top 5 ranked bidders cannot be identified due to 2 or more bidders being ranked in 5th place, the Authority will take through all equally ranked bidders at this rank. 3) Economic and financial assessment Economic and Financial assessment will form part of the Selection Questionnaire on a Pass / Fail basis. The Authority will be requesting updates to the information throughout the negotiation phase and should the criteria set out in the 6.1.4.2 of the SQ Information and Background, not be met, the Authority will exclude Potential Providers from the process. Further details of the Authority's approach are set out in the Selection Questionnaire. 4) Registration: The Authority will be performing events through its e-Sourcing Portal known as Bravo. Bidders Instructions to express an interest in this tender. a) Login to the Portal with the username / password; b) Click the 'PQQs / ITTs Open To All Suppliers' link. c) Click on the relevant SQ/ ITT to access the content using the following: SQ Code - PQQ_115 Project Code - prj_1126; d) Click the 'Express Interest' button at the top of the page. This will move the SQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only); e) You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box 5) Additional services: During the life of the Contract, the Authority may commission none, some or all of the additional services described below: - Adult hospital escorts and bedwatches, - Operation of video links in public sector prisons, - Operation of video links in police custody suites or remand hearing centres, - Operation of Mobile Video Services for court hearings, - Removal of Foreign National Offenders and repatriation of British National Offenders",
        "datePublished": "2018-06-22T09:35:57+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75231220",
            "description": "Prisoner-escort services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1550000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2018-07-19T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-08-29T00:00:00+01:00",
            "endDate": "2029-08-28T23:59:59+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/b4127ccb-3902-4356-b96c-1eafd3240b26",
                "datePublished": "2018-06-22T09:35:57+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-89190",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "102 petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "PECS_4_Competition@justice.gov.uk"
            },
            "details": {
                "url": "http://www.gov.uk/government/organisations/justice"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-89190",
        "name": "Ministry of Justice."
    }
}