Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-005582/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France
Town: London
Postal code: SW1H 9AJ
Country: United Kingdom
Telephone: +44 02033343555
Email: Nicola.Kennon@justice.gov.uk
Internet address(es):
Main address:
Address of the buyer profile: www.gov.uk/government/organisations/ministry-of-justice/about/procurement
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.gov.uk/government/organisations/ministry-of-justice
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital Content Innovation Fund
Reference number: prj_8915
II.1.2) Main CPV code: 80000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Authority is looking for Bidders who can:
• Provide hard to reach prisoners with increased education skills via digital content
Applicable to both Lots.
Digital resources which provide evidence of the skills/knowledge that a learner has learnt by interacting with the content
A selection of content which contributes to a more engaging and agile way of delivering education digitally
Provide solutions which could help prisoners to engage in education independently from their cells as well as in formal classroom settings.
A selection of content which contributes to a more engaging and agile way of delivering education digitally
Provide digital content which makes use of innovative techniques like those used in mainstream Further Education, such as gamification, to drive engagement from learners who would not usually engage in traditional forms of education.
II.1.5) Estimated total value:
Value excluding VAT: 1750000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:Bidders will have the option bid for either Lot 1(reading) or Lot 2 (other education topics). Bids can be accepted for both lots from the same supplier providing it meets the stated requirements for both lots.
II.2) Description
Lot No:Lot 1 – Reading – Digital Literacy Content
II.2.2) Additional CPV code(s)
75231200, 80000000, 80400000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
HMPPS sites
II.2.4) Description of the procurement:
Lot 1: to provide high-quality digital resources which teach learners the skills to read, and which teaches the skills needed to help other people learn to read which will allow learners in prison the opportunity to improve their reading capabilities digitally
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 875000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 23
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Lot No:Lot 2 – Other Education Digital Content
II.2.2) Additional CPV code(s)
75231200, 80000000, 80400000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
HMPPS sites
II.2.4) Description of the procurement:
Lot 2: to provide high-quality digital content for a range of subjects and topics which provide learners the opportunity to improve their skills and/or knowledge. The range of subjects will not be specified but should be agreed between the buyer and the supplier and should be focused away from core provision (English & maths) on other areas of education, skills and work and should not duplicate existing content.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 875000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 25
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Contract performance conditions as stated in the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-03-27 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:12(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-03-27 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:The Authority reserves the right to extend this contract for a maximum of 24 months.
VI.2) Information about electronic workflows
VI.3) Additional information:
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. 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 ITT, 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 ().
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Government
Postal address: 102 Petty France
Town: London
Postal code: SW1H 9AJ
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-02-24