Award

HMP & YOI Parc Learning & Skills Provision

MINISTRY OF JUSTICE

This public procurement record has 3 releases in its history.

Award

21 Dec 2023 at 16:21

Tender

16 Aug 2021 at 21:45

Planning

11 May 2021 at 21:55

Summary of the contracting process

The Ministry of Justice is overseeing a public procurement process for the provision of learning and skills at HMP & YOI Parc. The contract, with a value of £40 million, aims to deliver educational activities for prisoners to support their rehabilitation and reduce re-offending. The procurement stage is in the award phase as of 2023, following a selective competitive procedure with negotiation. The buying organisation, Ministry of Justice, based in London, is seeking suppliers to provide a comprehensive learning and skills programme within the prison, focusing on vocational workshops, education blocks, and outdoor areas.

This public procurement opportunity at HMP & YOI Parc presents a chance for education and training service providers to engage in a lucrative contract with the Ministry of Justice. Companies offering adult and other education services are well-suited to compete for the contract, which involves delivering embedded learning throughout the prison and supporting the rehabilitation process. The contract, currently active with a value of £37.58 million, offers an optional extension period of 3 years, providing long-term growth prospects for successful bidders who meet the service delivery and legal compliance criteria set out in the award criteria.

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

HMP & YOI Parc Learning & Skills Provision

Notice Description

The Learning & Skills provision is to deliver a minimum of 600 adult and 60 Children Leaning & Skills activity places per day in educational blocks, house blocks, outdoor areas and vocational workshops and also deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare and wing based etc.

Lot Information

Lot 1

The Authority's key objectives for the Contract are to: * provide prisoners with education through delivery of Learning and Skills which better prepare them for employment and further education, and thereby contribute to the rehabilitative culture of HMP & YOI Parc and support the reduction of re-offending; * allow for the delivery of a 'Whole Prison Approach' to ensure the service provided is joined-up, streamlined and supports the integration of offender management, industries, custody, and health services; * Ensure a safe and secure mobilisation process. The Service - high level requirements * The supplier is required to design the provision to meet the learning needs of the prison population, the education and employment opportunities in the resettlement areas prisoners return to following release from custody and to fit the prison's core day and operational conditions. * The supplier is expected to provide assessment and learning and skills places from the Service commencement date. * The supplier is required to deliver a minimum of 600 Adult and 60 Children learning and skills full time activity places each day in the Education building, house blocks, outdoor areas and vocational workshops. The supplier also has to deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare, wing based, etc; It is expected that 50% of Adult workspaces will be provided with embedded learning. * The aim of the daily regime at the Prison is to create a balanced and integrated regime. All Prisoners will have the opportunity to be out of their cell and participate in learning activities except when the needs of safety and security prevent it, or a Prisoner is undergoing punishment including Basic Regime under the IEP scheme. * The supplier delivering Learning and Skills will share the vision for the prison and will have an important role in promoting the learning culture throughout the prison and demonstrate support for the organisational values and individual values. As real working environments, all prison facilities should be used in the delivery of learning including but not limited to: * Vocational workshops * Industries workshops provided by external contractors and in house * Kitchens * Physical education and gyms * Laundry services * Horticulture * Libraries * Outdoor vocational learning areas * Recycling unit * Wellbeing centre It is currently anticipated that the Contract will include the ability for the Authority to remove the YOI (Children's) element of delivery from Year 5 at no additional cost to the Authority, which would lead to a change of use from moving 60 prisoner spaces from Youth to Adult. Please see the Contract for further information.

Options: There is an optional extension period of 3 years.

Renewal: The Contract has a seven (7) year initial duration, plus an optional two (2) year extension and a further optional one (1) year extension at the Authority's discretion'.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02afe2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037743-2023
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

80 - Education and training services


CPV Codes

75231200 - Services related to the detention or rehabilitation of criminals

80000000 - Education and training services

80400000 - Adult and other education services

Notice Value(s)

Tender Value
£37,580,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£40,000,000 £10M-£100M

Notice Dates

Publication Date
21 Dec 20232 years ago
Submission Deadline
10 Sep 2021Expired
Future Notice Date
12 Aug 2021Expired
Award Date
15 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Additional Buyers

MINISTRY OF JUSTICE.

Contact Name
Not specified
Contact Email
ccmd-prisoneducationservice-programme@justice.gov.uk, ccmd_education_retender@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
TLL14 South West Wales, TLL17 Bridgend and Neath Port Talbot

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

Supplier Information

Number of Suppliers
2
Supplier Names

GOWER COLLEGE SWANSEA

LTE GROUP

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-h6vhtk-02afe2-2023-12-21T16:21:44Z",
    "date": "2023-12-21T16:21:44Z",
    "ocid": "ocds-h6vhtk-02afe2",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02afe2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "HMP & YOI Parc Learning & Skills Provision",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "mainProcurementCategory": "services",
        "description": "The Learning & Skills provision is to deliver a minimum of 600 adult and 60 Children Leaning & Skills activity places per day in educational blocks, house blocks, outdoor areas and vocational workshops and also deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare and wing based etc.",
        "value": {
            "amount": 37580000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority's key objectives for the Contract are to: * provide prisoners with education through delivery of Learning and Skills which better prepare them for employment and further education, and thereby contribute to the rehabilitative culture of HMP & YOI Parc and support the reduction of re-offending; * allow for the delivery of a 'Whole Prison Approach' to ensure the service provided is joined-up, streamlined and supports the integration of offender management, industries, custody, and health services; * Ensure a safe and secure mobilisation process. The Service - high level requirements * The supplier is required to design the provision to meet the learning needs of the prison population, the education and employment opportunities in the resettlement areas prisoners return to following release from custody and to fit the prison's core day and operational conditions. * The supplier is expected to provide assessment and learning and skills places from the Service commencement date. * The supplier is required to deliver a minimum of 600 Adult and 60 Children learning and skills full time activity places each day in the Education building, house blocks, outdoor areas and vocational workshops. The supplier also has to deliver embedded learning throughout the prison supporting all vocational delivery establishment wide including workshops, PE department, healthcare, wing based, etc; It is expected that 50% of Adult workspaces will be provided with embedded learning. * The aim of the daily regime at the Prison is to create a balanced and integrated regime. All Prisoners will have the opportunity to be out of their cell and participate in learning activities except when the needs of safety and security prevent it, or a Prisoner is undergoing punishment including Basic Regime under the IEP scheme. * The supplier delivering Learning and Skills will share the vision for the prison and will have an important role in promoting the learning culture throughout the prison and demonstrate support for the organisational values and individual values. As real working environments, all prison facilities should be used in the delivery of learning including but not limited to: * Vocational workshops * Industries workshops provided by external contractors and in house * Kitchens * Physical education and gyms * Laundry services * Horticulture * Libraries * Outdoor vocational learning areas * Recycling unit * Wellbeing centre It is currently anticipated that the Contract will include the ability for the Authority to remove the YOI (Children's) element of delivery from Year 5 at no additional cost to the Authority, which would lead to a change of use from moving 60 prisoner spaces from Youth to Adult. Please see the Contract for further information.",
                "status": "cancelled",
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract has a seven (7) year initial duration, plus an optional two (2) year extension and a further optional one (1) year extension at the Authority's discretion'."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As set out within the Authority's Invitation To Participate (ITP) Volume 2 - SQ Instructions and Response Guide'"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There is an optional extension period of 3 years."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "cost",
                            "description": "35"
                        },
                        {
                            "name": "People, Change and Culture",
                            "type": "cost",
                            "description": "10"
                        },
                        {
                            "name": "Delivery Support",
                            "type": "cost",
                            "description": "20"
                        },
                        {
                            "name": "Partnership & Investment",
                            "type": "cost",
                            "description": "7.5"
                        },
                        {
                            "name": "Mobilisation, Transition and Continuity",
                            "type": "cost",
                            "description": "7.5"
                        },
                        {
                            "name": "Legal Compliance and Financial",
                            "type": "cost",
                            "description": "10"
                        },
                        {
                            "name": "Social Value",
                            "type": "cost",
                            "description": "10"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231200",
                        "description": "Services related to the detention or rehabilitation of criminals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80400000",
                        "description": "Adult and other education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL14"
                    },
                    {
                        "region": "UKL14"
                    },
                    {
                        "region": "UKL17"
                    },
                    {
                        "region": "UKL17"
                    }
                ],
                "deliveryLocation": {
                    "description": "HMP & YOI Parc"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-08-13T00:00:00+01:00"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract performance conditions as stated in the procurement documents."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-10T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-10-25T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-138",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UKL17",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "ccmd_education_retender@justice.gov.uk",
                "url": "http://www.gov.uk/government/organisations/ministry-of-justice"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk/government/organisations/ministry-of-justice",
                "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": "03",
                        "description": "Public order and safety"
                    }
                ],
                "buyerProfile": "http://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
            }
        },
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom",
                "region": "UK"
            },
            "roles": [
                "buyer"
            ],
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "CCMD-PrisonEducationService-Programme@justice.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice",
                "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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26710",
            "name": "LTE Group",
            "identifier": {
                "legalName": "LTE Group"
            },
            "address": {
                "locality": "Manchester",
                "region": "UKD3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-101356",
            "name": "Gower College Swansea",
            "identifier": {
                "legalName": "Gower College Swansea"
            },
            "address": {
                "locality": "Swansea",
                "region": "UKL18",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-66",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en",
    "description": "Procurement procedure: This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. Under the Light Touch Regime, the Authority is not obliged to observe the full requirements of the Regulations, including the detailed rules and timescales applicable to the procurement procedures covered by the Regulations. Consequently, this procurement is being run in accordance with the Light Touch Regime as a bespoke procurement process following an SQ stage, Dialogue Stage (not evaluated) and ITT Stage. The Authority is not bound by the rules for competitive dialogues set out in Regulation 30. This is irrespective of the use of this standard notice (the Authority is unable to use the Light Touch Regime notice for technical compatibility reasons). The Authority will comply with its equal treatment, transparency, non-discrimination and proportionality obligations throughout the procurement. The eSourcing Portal and procurement documents: The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITP, which is comprised of a number of volumes, is available only in electronic format via the eSourcing Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the eSourcing Portal. Award of contract: The Authority is not committed to any course of action as a result of this Contract Notice. It is not liable for any costs incurred in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Authority reserves the right to abandon or terminate the procurement and not to award a contract at its own discretion. Nothing in this Contract Notice shall generate any contractual obligations prior to the signature of a Contract. Important notice: This Contract Notice must be read in full together with the procurement documents being released at this stage of the procurement. Bidders are reminded that participation in this procurement will be subject to the conditions of participation set out in the procurement documents and the eSourcing Portal. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the general public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore potential providers who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.",
    "awards": [
        {
            "id": "037743-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-26710",
                    "name": "LTE Group"
                },
                {
                    "id": "GB-FTS-101356",
                    "name": "Gower College Swansea"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "037743-2023-1",
            "awardID": "037743-2023-1",
            "status": "active",
            "value": {
                "amount": 40000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 26366581,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 40000000,
                "currency": "GBP"
            }
        ]
    }
}