Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-031408/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: ccmd-prisoneducationservice-programme@justice.gov.uk
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
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
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement for the Provision of Prisoner Education Services (Careers Information, Advice and Guidance (CIAG))
II.1.2) Main CPV code: 75231200
II.1.3) Type of contract: Services
II.1.4) Short Description: HMPPS is committed to delivering a new and transformed Prisoner Education Service (PES) that increases the focus on Education, Skills and Work (ESW) within prisons and supports prisoners to improve their prospects for work on release. The PES Programme will focus on the following three overarching strategic priorities:
• improving the numeracy and literacy of all prisoners who need it;
• incentivising prisoners to improve their qualifications and skills to increase their prospects of finding work on release; and
• ensuring that Governors and their teams have the knowledge, tools, support and accountabilities that they need to lead this work.
The provision of an impartial and high-quality Careers Information, Advice and Guidance (CIAG) Service is fundamental to achieving our vision and our aims.
The vision of PES is that everyone of working age and able to work should leave prison prepared for employment or further education and training. The new CIAG Service will contribute to reducing reoffending by supporting prisoners from induction to release identifying career aspirations, setting education, skills and work-related goals, and supporting prisoners to achieve their aspirations upon release.
We are seeking to procure new CIAG contracts that can offer prisoners a high quality and impartial CIAG Service. The new CIAG contracts shall replace the current CIAG services commissioned via the Prison Education Dynamic Purchasing System (PEDPS).
The CIAG Service is being procured separately to Core Education Provision (currently being procured
).
Suppliers can bid for both Core Education and CIAG services.
This procurement will cover the provision of CIAG services in all prisons managed by HMPPS in England, with the exception of two, and four prisons managed by private operators in England.
This requirement has been classified as being subject to the Light Touch Regime under the Public Contract Regulations 2015. The procurement shall be a single stage procurement with a single submission requirement in response to an Invitation to Tender (ITT).
The procurement shall comprise of eleven regional lots. The contracts will commence on the 1st April 2025.
The duration of the contracts shall be for an initial four (4) years with options to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years. Total 7-year value £72,360,000.00
The Authority is using the Jaggaer electronic eSourcing Portal (formerly Bravo) for the procurement. The ITT, which is comprised of three volumes and supporting documentation, is available only in electronic format via the Portal. Bidders must register the names of all contacts requiring access to the sourcing event and must submit queries via the Portal.
II.1.5) Estimated total value:
Value excluding VAT: 72360000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:The market cap will be set at 33% of the minimum level of the Cap on Charges for all Lots (see further ITT).
II.2) Description
II.2.1) Title: Lot 1: Avon and South Dorset Group & Devon and North Dorset Group
Lot No:Lot 1
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 1 comprises of the following Prisons:
HMP Bristol, 19 Cambridge Road, Bishopston, Bristol, BS7 8PS
HMP Channings Wood, Denbury, Newton Abbot, Devon, TQ12 6DW
HMP Dartmoor, Princetown, Yelverton, Devon, PL20 6RR
HMP Eastwood Park, Falfield, Wotton-Under-Edge, Gloucester, GL12 8DB
HMP Erlestoke, Erlestoke, Devizes, Wiltshire, SN10 5TU
HMP Exeter, 30 New North Road, Exeter, EX4 4EX
HMP Guys Marsh, Shaftesbury, Dorset, SP7 0AH
HMP Leyhill, Wotton-Under-Edge, Gloucester, GL12 8BT
HMP Portland, 104 The Grove, Easton, Portland, Dorset, DT5 1DL
HMP The Verne, Verne Common Road, Portland, Dorset, DT5 1EQ
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5400000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 2: Bedfordshire, Cambridgeshire and Norfolk Group and Hertfordshire, Essex and Suffolk Group
Lot No:Lot 2
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 2 consists of the following Prisons:
HMP Bedford, St Loves, Bedford, MK40 1HG
HMP Bure, Jaguar Drive, Badersfield, Norwich, Norfolk, NR10 5GB
HMP Chelmsford, 200 Springfield Road, Chelmsford, Essex, CM2 6LQ
HMP Highpoint, Stradishall, Newmarket, Suffolk, CB8 9YG
HMP Hollesley Bay, Woodbridge, Suffolk, IP12 3JW
HMP Littlehey, Perry, Huntingdon, Cambridgeshire, PE28 0SR
HMP Norwich, Knox Road, Norwich, Norfolk, NR1 4LU
HMP The Mount, Molyneaux Avenue, Bovingdon, Hemel Hempstead, Hertfordshire, HP3 0NZ
HMP Warren Hill, Grove Road, Hollesley, Woodbridge, Suffolk, IP12 3BF
HMP Wayland, Griston, Thetford, Norfolk, IP25 6RL
HMP Whitemoor, Longhill Road, March, Cambridgeshire, PE15 0PR
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 8300000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 3: Cumbria and Lancashire Group
Lot No:Lot 3
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 3 consists of the following Prisons:
HMP Garth, Ulnes Walton, Leyland, Preston, PR26 8NE
HMP Haverigg, North Lane, Millom, LA18 4NA
HMP Kirkham, Freckleton Road, Kirkham, Preston, Lancashire, PR4 2RN
HMP Lancaster Farms, Stone Row Head, Off Quernmore Road, Lancaster, LA1 3QZ
HMP Preston, 2 Ribbleton Lane, Preston, Lancashire, PR1 5AB
HMP Wymott, Ulnes Walton Lane, Leyland, Preston, Lancashire, PR26 8LW
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 4500000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 4: Tees and Wear Group
Lot No:Lot 4
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 4 consists of the following Prisons:
HMP Deerbolt, Bowes Road, Barnard Castle, County Durham, DL12 9BG
HMP Durham, Old Elvet, Durham, DH1 3HU
HMP Frankland, Brasside, Durham, DH1 5YD
HMP Full Sutton, Moor Lane, Full Sutton, York, YO41 1PS
HMP Holme House, Holme House Road, Stockton on Tees, TS18 2QU
HMP Kirklevington Grange, Yarm, Cleveland, TS15 9PA
HMP Low Newton, Brasside, Durham, DH1 5YA
HMP Northumberland, Wansbeck Road, Morpeth, Northumberland, NE65 9XG
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5240000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 5: East Midlands Group & North Midlands Group
Lot No:Lot 5:
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 5 consists of the following Prisons:
HMP Drake Hall, Eccleshall, Staffordshire, ST21 6LQ
HMP Foston Hall, Foston, Derby, Derbyshire, DE65 5DN
HMP Gartree, Gallow Field Road, Market Harborough, Leicestershire, LE16 7RP
HMP Leicester, 116 Welford Road, Leicester, LE2 7AJ
HMP Lincoln, Greetwell Road, Lincoln, LN2 4BD
HMP Morton Hall, Eagle Road, Swinderby, Lincoln, LN6 9PT
HMP North Sea Camp, Croppers Lane, Freiston, Boston, Lincolnshire, PE22 0QX
HMP Nottingham, Perry Road, Sherwood, Nottingham, NG5 3AG
HMP Onley, Rugby, Warwickshire, CV23 8AP
HMP Ranby, Retford, Nottingham, DN22 8EU
HMP Sudbury, Ashbourne, Derbyshire, DE6 5HW
HMP Whatton, New Lane, Whatton, Nottingham, NG13 9FQ
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 7350000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 6: Greater Manchester, Merseyside and Cheshire Group
Lot No:Lot 6
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 6 consists of the following Prisons:
HMP Buckley Hall, Buckley Hall Road, Rochdale, Lancashire, OL12 9DP
HMP Hindley, Barracks Road, Bickershaw, Wigan, WN2 5TH
HMP Liverpool, 68 Hornby Road, Liverpool, L9 3DF
HMP Manchester, 1 Southall Street, Manchester, M60 9AH
HMP Risley, Warrington Road, Risley, Warrington, Cheshire, WA3 6BP
HMP Styal, Wilmslow, Cheshire, SK9 4HR
HMP Thorn Cross, Arley Road, Appleton Thorn, Warrington, Cheshire, WA4 4RL
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 4700000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 7: Kent, Surrey and Sussex Group
Lot No:Lot 7
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 7 consists of the following Prisons:
HMP Coldingley, Shaftesbury Road, Bisley, Woking, Surrey, GU24 9EX
HMP Downview, Sutton Lane, Sutton, Surrey, SM2 5PD
HMP East Sutton Park, Sutton Valence, Maidstone, Kent, ME17 3DF
HMP Elmley, Church Road, Eastchurch, Sheerness, Kent, ME12 4DZ
HMP Ford, Arundel, West Sussex, BN18 0BX
HMP Lewes, 1 Brighton Road, Lewes, East Sussex, BN7 1EA
HMP Maidstone, 36 County Road, Maidstone, Kent, ME14 1UZ
HMP Rochester, 1 Fort Road, Rochester, Kent, ME1 3QS
HMP Send, Ripley Road, Woking, Surrey, GU23 7LJ
HMP Standford Hill, Church Road, Eastchurch, Sheerness, Kent, ME12 4AA
HMP Swaleside, Brabazon Road, Eastchurch, Isle of Sheppey, Kent, ME12 4AX
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 6420000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 8: London Group
Lot No:Lot 8
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 8 consists of the following Prisons:
HMP Belmarsh, Western Way, Thamesmead, London, SE28 0EB
HMP Brixton, Jebb Avenue, Brixton, London, SW2 5XF
HMP Feltham, Bedfont Road, Feltham, Middlesex, TW13 4ND
HMP Isis, Western Way, Thamesmead, SE28 0NZ
HMP Pentonville, Caledonian Road, London, N7 8TT
HMP Thameside, Griffin Manorway, Thamesmead, London, SE28 0FJ
HMP Wandsworth, Heathfield Road, Wandsworth, London, SW18 3HU
HMP Wormwood Scrubs, Du Cane Road, London, W12 0AE
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 9810000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 9: South Central Group
Lot No:Lot 9
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 9 consists of the following Prisons:
HMP Aylesbury, Bierton Road, Aylesbury, Buckinghamshire, HP20 1EH
HMP Bullingdon, Bicester, Oxon, OX25 1PZ
HMP Grendon, Grendon Underwood, Buckinghamshire, HP18 0TL
HMP Huntercombe, Nuffield, Henley-on-Thames, Oxfordshire, RG9 5SB
HMP Isle of Wight, Albany House, Newport, Isle of Wight, PO30 5RS
HMP Long Lartin, South Littleton, Evesham, Worcestershire, WR11 8TZ
HMP Springhill, Grendon Underwood, Buckinghamshire, HP18 0TL
HMP Winchester, Romsey Road, Winchester, SO22 5DF
HMP Woodhill, Tattenhoe Street, Milton Keynes, Buckinghamshire, MK4 4DA
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5330000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 10: West Midlands Group
Lot No:Lot 10
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 10 consists of the following Prisons:
HMP Birmingham, Winson Green Road, Birmingham, B18 4AS
HMP Brinsford, New Road, Featherstone, Wolverhampton, WV10 7PY
HMP Featherstone, New Road, Featherstone, Wolverhampton, WV10 7PU
HMP Hewell, Hewell Lane, Redditch, Worcestershire, B97 6QS
HMP Oakwood, Oaks Drive, Featherstone, West Midlands, WV10 7QD
HMP Stafford, 54 Gaol Road, Stafford, Staffordshire, ST16 3AW
HMP Stoke Heath, Market Drayton, Shropshire, TF9 2JL
HMP Swinfen Hall, Lichfield, Staffordshire, WS14 9QS
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 7660000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Lot 11: Yorkshire Group
Lot No:Lot 11
II.2.2) Additional CPV code(s)
75231200, 75231230, 79634000, 80510000, 80530000, 80531000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Lot 11 consists of the following Prisons:
HMP Askham Grange, Askham Richard, York, YO23 3FT
HMP Doncaster, Marshgate, Doncaster, South Yorkshire, DN5 8UX
HMP Hatfield, Lancaster Drive, Lindholme, Doncaster, South Yorkshire, DN7 6FA
HMP Hull, Hedon Road, Hull, HU9 5LS
HMP Humber, Sands Lane, Brough, East Yorkshire, HU15 2JZ
HMP Leeds, 2 Gloucester Terrace, Stanningley Road, Leeds, West Yorkshire, LS12 2TJ
HMP Moorland, Bawtry Road, Hatfield Woodhouse, Doncaster, South Yorkshire, DN7 6BW
HMP New Hall, Dial Wood, Flockton, Wakefield, West Yorkshire, WF4 4XX
HMP Wakefield, 5 Love Lane, Wakefield, West Yorkshire, WF2 9AG
HMP Wealstun, Church Causeway, Thorp Arch, Wetherby, Yorkshire, LS23 7AZ
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 7650000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
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 yes
Description of options: Option to extend the term of this Contract beyond the end of the Initial Term or beyond the end of any additional period (as applicable) for a minimum of one (1) year and provided the maximum aggregate additional period shall not exceed three (3) years
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2023/S 000-018080
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-12-19 Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2023-12-19 Local time: 11:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Bidders are invited to send a maximum of two delegates to a Tender Information Event (the Event) to be held on the 13th November 2023 from 10am to 12 noon on Microsoft Teams. The purpose of the Event is to provide general guidance on the ITT documentation and requirements. To register to attend the Event, please send a message via the e-sourcing Portal with the name and e-mail details of the delegates. Note that the Event will be recorded, and the recording will be accessible on the e-Sourcing Portal for all Bidders.
Tenders must remain valid and capable of acceptance for 400 days from the Tender Submission Deadline.
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).
CIAG Services are part of the PES Programme to transform prison education. Separate procurements will be run for Core Education, Screening and Assessment Tools and Common Awarding Organisations.
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 or in tendering for this opportunity. The Authority reserves the right to abandon, rewind, pause or terminate the procurement and not to award one or more contract(s) 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 for this 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Courts of Justice
Postal address: The Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 02033343555
Internet address:
VI.5) Date of dispatch of this notice:2023-10-25