Notice Information
Notice Title
YOI Education Service Provision
Notice 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.
Lot Information
Youth Education Services - Retender
The purpose of this engagement is to provide an update on the competition, including timescales and scope of services. A webinar will be held on 25th January 2021 from 10am-12:30. This will include site specific information for each of the 4 sites. Please be sure to book your place using the Eventbrite links provided by 18th January at the latest and please note that the event is limited to 3 attendees per organisation: https://www.eventbrite.co.uk/e/yoi-education-services-retender-project-webinartickets-133359597145?keep_tld=1 For further information about the current youth custodial estate in advance please contact (email address) yes-retender@justice.gov.uk Current YOI capacity: Establishment-Location-Current Commissioned Capacity-Maximum Operational Capacity-Estimated Annual Cost (exc VAT) for Current commissioned capacity Cookham Wood-Kent-161-168 young people-PS2.4m Feltham-London-145-152 young people -PS2.7m Werrington-Staffordshire-113-120 young people-PS2.0m Wetherby-West Yorkshire-249(including separate provision for young people with acute mental health needs)-256 young people-PS4m Establishments should be able to provide a flexible curriculum within the hours available for education provision. Learning should be flexible in its use of space, time and resources to provide the best possible opportunities for young people. There will be recognition of the value of a balance of classroom-based learning, learning activity in less formal routes, vocational pathways, enrichment activity, sport, and behaviour management interventions. *Note - average occupation on sites is between 70%-80% with occasional spikes. Wetherby generally tends to get lower figures, with higher levels at the other establishments. Currently education provision in YOIs includes three main elements: 27 hours per week classroom based education and vocational opportunities. Up to 15 hours of Outreach provision is also provided separately for those young people who are hard to engage or need to be kept apart for their own or others' safety. In HMYOI Wetherby and Feltham there are also separate Enhanced Support Units (ESUs) for young people with particularly complex needs, where 15 hours of provision is provided. This provision may extend in time to the other two YOIs. This provision is delivered for 52 weeks of the year, except for statutory bank holidays. 3 hours of Physical Education is also provided each week, but this is delivered directly by the Youth Custody Service. Education providers may also deliver some interventions, enrichment and resettlement activities and some of this provision may take place in the evenings and/or weekends. Education providers will also work alongside other service providers, including those delivering complementary services procured through our Prison Education Dynamic Purchasing System (PEDPS). We reserve the right to supplement and vary the conduct of the prior engagement process. Where we do this we will act transparently and treat all suppliers who have expressed an interest equally. We do not guarantee that any procurement will take place. We may use information gathered during the engagement process to inform any procurement that does take place. Please note that the MoJ and its advisors give no warranty in respect of the accuracy, permanence or completeness of any information provided. Reliance on, or use of, any such information is entirely at the risk of the person.
Lot HMYOI Cookham WoodThe 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.
Options: A mechanism for Optional services will be set out in the Contract suite
Lot HMYOI FelthamThe 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.
Options: A mechanism for Optional services will be set out in the Contract suite
Lot HMYOI WerringtonThe 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.
Options: A mechanism for Optional services will be set out in the Contract suite
Lot HMYOI WetherbyThis 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.
Options: A mechanism for Optional services will be set out in the Contract suite
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028a86
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024259-2021
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
80 - Education and training services
-
- CPV Codes
75230000 - Justice services
75231210 - Imprisonment services
80000000 - Education and training services
80210000 - Technical and vocational secondary education services
80310000 - Youth education services
Notice Value(s)
- Tender Value
- £132,000,000 £100M-£1B
- Lots Value
- £132,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Sep 20214 years ago
- Submission Deadline
- 15 Oct 2021Expired
- Future Notice Date
- 14 Jan 2021Expired
- Award Date
- Not specified
- Contract Period
- 31 Aug 2022 - 31 Aug 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active, Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Additional Buyers
- Contact Name
- yes-retender@justice.gov.uk
- Contact Email
- ben.newton1@justice.gov.uk
- Contact Phone
- +44 02033343555
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 URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-028a86-2021-09-29T22:45:02+01:00",
"date": "2021-09-29T22:45:02+01:00",
"ocid": "ocds-h6vhtk-028a86",
"description": "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 PS1.9M across the 4 Lots.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-028a86",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "YOI Education Service Provision",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "80310000",
"description": "Youth education services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 132000000,
"currency": "GBP"
},
"lots": [
{
"id": "All",
"title": "Youth Education Services - Retender",
"description": "The purpose of this engagement is to provide an update on the competition, including timescales and scope of services. A webinar will be held on 25th January 2021 from 10am-12:30. This will include site specific information for each of the 4 sites. Please be sure to book your place using the Eventbrite links provided by 18th January at the latest and please note that the event is limited to 3 attendees per organisation: https://www.eventbrite.co.uk/e/yoi-education-services-retender-project-webinartickets-133359597145?keep_tld=1 For further information about the current youth custodial estate in advance please contact (email address) yes-retender@justice.gov.uk Current YOI capacity: Establishment-Location-Current Commissioned Capacity-Maximum Operational Capacity-Estimated Annual Cost (exc VAT) for Current commissioned capacity Cookham Wood-Kent-161-168 young people-PS2.4m Feltham-London-145-152 young people -PS2.7m Werrington-Staffordshire-113-120 young people-PS2.0m Wetherby-West Yorkshire-249(including separate provision for young people with acute mental health needs)-256 young people-PS4m Establishments should be able to provide a flexible curriculum within the hours available for education provision. Learning should be flexible in its use of space, time and resources to provide the best possible opportunities for young people. There will be recognition of the value of a balance of classroom-based learning, learning activity in less formal routes, vocational pathways, enrichment activity, sport, and behaviour management interventions. *Note - average occupation on sites is between 70%-80% with occasional spikes. Wetherby generally tends to get lower figures, with higher levels at the other establishments. Currently education provision in YOIs includes three main elements: 27 hours per week classroom based education and vocational opportunities. Up to 15 hours of Outreach provision is also provided separately for those young people who are hard to engage or need to be kept apart for their own or others' safety. In HMYOI Wetherby and Feltham there are also separate Enhanced Support Units (ESUs) for young people with particularly complex needs, where 15 hours of provision is provided. This provision may extend in time to the other two YOIs. This provision is delivered for 52 weeks of the year, except for statutory bank holidays. 3 hours of Physical Education is also provided each week, but this is delivered directly by the Youth Custody Service. Education providers may also deliver some interventions, enrichment and resettlement activities and some of this provision may take place in the evenings and/or weekends. Education providers will also work alongside other service providers, including those delivering complementary services procured through our Prison Education Dynamic Purchasing System (PEDPS). We reserve the right to supplement and vary the conduct of the prior engagement process. Where we do this we will act transparently and treat all suppliers who have expressed an interest equally. We do not guarantee that any procurement will take place. We may use information gathered during the engagement process to inform any procurement that does take place. Please note that the MoJ and its advisors give no warranty in respect of the accuracy, permanence or completeness of any information provided. Reliance on, or use of, any such information is entirely at the risk of the person.",
"status": "planned"
},
{
"id": "HMYOI Cookham Wood",
"description": "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.",
"value": {
"amount": 29000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "A mechanism for Optional services will be set out in the Contract suite"
},
"status": "active"
},
{
"id": "HMYOI Feltham",
"description": "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.",
"value": {
"amount": 31000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "A mechanism for Optional services will be set out in the Contract suite"
},
"status": "active"
},
{
"id": "HMYOI Werrington",
"description": "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.",
"value": {
"amount": 22000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "A mechanism for Optional services will be set out in the Contract suite"
},
"status": "active"
},
{
"id": "HMYOI Wetherby",
"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.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-09-01T00:00:00+01:00",
"endDate": "2029-08-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "A mechanism for Optional services will be set out in the Contract suite"
},
"status": "active"
}
],
"items": [
{
"id": "All",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231210",
"description": "Imprisonment services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80210000",
"description": "Technical and vocational secondary education services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "HMYOIs Cookham Wood (postcode ME1 3JU), Feltham (postcode TW13 4NP), Werrington (postcode ST9 0WY) & Wetherby (postcode LS22 5ED)"
},
"relatedLot": "All"
},
{
"id": "HMYOI Cookham Wood",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231210",
"description": "Imprisonment services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80210000",
"description": "Technical and vocational secondary education services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "HMYOI Cookham Wood (postcode ME1 3JU),"
},
"relatedLot": "HMYOI Cookham Wood"
},
{
"id": "HMYOI Feltham",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231210",
"description": "Imprisonment services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80210000",
"description": "Technical and vocational secondary education services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "HMYOI Feltham (postcode TW13 4NP)"
},
"relatedLot": "HMYOI Feltham"
},
{
"id": "HMYOI Werrington",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231210",
"description": "Imprisonment services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80210000",
"description": "Technical and vocational secondary education services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "HMYOI Werrington (postcode ST9 0WY)"
},
"relatedLot": "HMYOI Werrington"
},
{
"id": "HMYOI Wetherby",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
{
"scheme": "CPV",
"id": "75231210",
"description": "Imprisonment services"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "80210000",
"description": "Technical and vocational secondary education services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "HMYOI Wetherby (postcode LS22 5ED)"
},
"relatedLot": "HMYOI Wetherby"
}
],
"communication": {
"futureNoticeDate": "2021-01-14T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Conditions of the contract to be shared following the SQ process"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "This procurement falls within the exemption afforded by the Light Touch Regime."
},
"tenderPeriod": {
"endDate": "2021-10-15T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Date 15 October 2021 Local time 12:00pm"
},
"newValue": {
"text": "09 November 2021 Local time 12:00pm"
},
"where": {
"section": "IV.2.2"
}
}
],
"description": "The original notice, at section IV.2.2 (Time limit for receipt of tenders or requests to participate), included the following date and time Date 15 October 2021 Local time 12:00pm This is to be replaced with the following date and time: Date 09 November 2021 Local time 12:00pm"
}
]
},
"parties": [
{
"id": "GB-FTS-138",
"name": "Ministry of Justice.",
"identifier": {
"legalName": "Ministry of Justice."
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "Ben.newton1@justice.gov.uk",
"name": "yes-retender@justice.gov.uk",
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-justice",
"buyerProfile": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-3615",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-6365",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "Ben.newton1@justice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-justice",
"buyerProfile": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
}
}
],
"buyer": {
"id": "GB-FTS-6365",
"name": "Ministry of Justice"
},
"language": "en"
}