Buyer Name: Ministry of Justice
Buyer Address: 102 Petty France, London, UKI32, SW1H 9AJ, United Kingdom
Contact Name: HMP Oakwood Competition Team
Contact Email: OpCompCommercial@justice.gov.uk
Buyer Name: Ministry of Justice
Buyer Address: 102 Petty France, London, UKI32, SW1H 9AJ, United Kingdom
Contact Name: HMP Oakwood Competition Team
Contact Email: OpCompCommercial@justice.gov.uk
This notice launches the procurement competition for the provision of Prison Operator Services for HMP Oakwood, under the Competitive Flexible Procedure (Light Touch Regime) of the Procurement Act 2023. Background HMP Oakwood is a male Category C Manage and Maintain prison located in Staffordshire, England, with a current operational capacity of 2,134 prisoners. Under this procurement, the Ministry of Justice (MoJ) (the Authority) is seeking a single operator to manage and maintain both the prison regime and the prison facilities at HMP Oakwood. The Authority has procured contracts for the operation of prisons by the private sector since the early 1990s and continues to support a mixed economy of public, voluntary, and private sector involvement. The current contract for HMP Oakwood will expire on 23 April 2027. Scope of Services The Prison Operator Services contract (also referred to as “prison management” in global markets) includes: • Operational custodial services: education, rehabilitation, training, work, security, and resettlement • Facilities Management (“FM”): both hard and soft FM services The contract is based on the Cabinet Office Model Services Contract and is designed to ensure safe, secure, and transformative prison operations that reduce reoffending and maintain high standards. The Authority aims to ensure a safe and efficient transfer of services with minimal disruption to staff and prisoners, while modernising the prison to ensure it is fit for the future. The Authority confirms that dilapidation reports will not be provided as part of the documentation available in the HMP Oakwood Data Room. However, bidders will be granted access to relevant lifecycle data to support their understanding of the estate’s condition and future maintenance requirements. In addition, the Authority will facilitate a series of site visits throughout the procurement process, as outlined in the Procurement Timeline, to enable bidders to gather contextual and operational insights necessary for bid development. Procurement Documentation The Invitation to Tender (“ITT”) documents are available via the Ministry of Justice’s e-Sourcing Portal, Jaggaer, and are structured into five volumes: • Volume 1: Introduction, Instructions and Procurement Process – providing instructions on the completion and submission of Tenders • Volume 2: Response Criteria – providing details of the Response Criteria Bidders are required to address in their Tenders, together with guidance on completion of Bidder responses against each Evaluation Question • Volume 3: The Draft Contract – the proposed contractual terms. • Volume 4: Evaluation Methodology – providing details of the evaluation methodology against which the Tender will be evaluated and the scoring matrix • Volume 5: Data Rooms – containing details of the data and information that the Authority is making available to Bidders to assist them in the preparation of their Tenders. Contract Duration The anticipated contract duration is 12 years from the operational services commencement date, with: • An option to extend by up to 3 years (1+1+1) • A break clause 6 years from the Services Commencement Date
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/042940-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 529,000,000.00
Lot 1 Value (Gross): GBP 634,800,000.00
Lot 1 Contract Start: 2027-04-24T00:00:00+01:00
Lot 1 Contract End: 2039-04-23T23:59:59+01:00
Lot 1 Award Criterion (quality): (1.1a) Safety
Lot 1 Award Criterion (quality): (1.1b) Decency and Prison Culture
Lot 1 Award Criterion (quality): (1.1c) Security
Lot 1 Award Criterion (quality): 1.2a) Health, Wellbeing and Substance Misuse
Lot 1 Award Criterion (quality): (1.2b) Approach to Regime and Purposeful Activity
Lot 1 Award Criterion (quality): (1.2c) Reducing Reoffending
Lot 1 Award Criterion (quality): (1.2d) Transfer, Release and Resettlement
Lot 1 Award Criterion (quality): (1.3a) Diversity, Equity and Inclusion
Lot 1 Award Criterion (quality): (1.3b) Digital Solution
Lot 1 Award Criterion (quality): (2a) Core Day, Heatmap, Profiles and Staff Roles/Headcount
Lot 1 Award Criterion (quality): (2b) Resource Management and ‘Business as Usual’ Staff Management Approach
Lot 1 Award Criterion (quality): (3a) Increasing Supply Chain Resilience and Capacity
Lot 1 Award Criterion (quality): (3b) Workforce Health and Wellbeing
Lot 1 Award Criterion (quality): (3c) Additional Benefits
Lot 1 Award Criterion (quality): (4a) Maintenance Services
Lot 1 Award Criterion (quality): (4b) Lifecycle Replacement Services
Lot 1 Award Criterion (quality): (4c) FM Resource
Lot 1 Award Criterion (quality): (5a) Sustainability
Lot 1 Award Criterion (quality): (6a) Mobilisation and Transition
Lot 1 Award Criterion (quality): (6b) Transformation
Lot 1 Award Criterion (quality): (7.1a) Third Party Contracts
Lot 1 Award Criterion (quality): (7.1b) Completed Schedules
Lot 1 Award Criterion (quality): (7.1c) Parent Company Guarantee
Lot 1 Award Criterion (quality): (7.1d) Consortium and Supply Chain Matters
Lot 1 Award Criterion (quality): (7.1e) Insurance
Lot 1 Award Criterion (quality): (7.1f) Risk Management
Lot 1 Award Criterion (quality): (7.1g) Data Storage Outside the UK
Lot 1 Award Criterion (price): (7.2a) Fixed Price Confirmation
Lot 1 Award Criterion (quality): (7.2b) Payment Mechanism
Lot 1 Award Criterion (quality): (7.2c) Tax and Accounting
Lot 1 Award Criterion (quality): (7.2d) Lifecycle Reserve Account
Lot 1 Award Criterion (cost): (7.3a) Financial Robustness Test 1
Lot 1 Award Criterion (quality): (7.3b) Financial Robustness Test 3
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PDNN-2773-HVYN",
"name": "Ministry of Justice"
},
"date": "2025-07-24T16:53:12+01:00",
"id": "042940-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04eae8",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1H 9AJ",
"region": "UKI32",
"streetAddress": "102 Petty France"
},
"contactPoint": {
"email": "OpCompCommercial@justice.gov.uk",
"name": "HMP Oakwood Competition Team"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
},
"id": "GB-PPON-PDNN-2773-HVYN",
"identifier": {
"id": "PDNN-2773-HVYN",
"scheme": "GB-PPON"
},
"name": "Ministry of Justice",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-08-21T23:59:59+01:00"
},
"description": "This notice launches the procurement competition for the provision of Prison Operator Services for HMP Oakwood, under the Competitive Flexible Procedure (Light Touch Regime) of the Procurement Act 2023.\nBackground\nHMP Oakwood is a male Category C Manage and Maintain prison located in Staffordshire, England, with a current operational capacity of 2,134 prisoners.\nUnder this procurement, the Ministry of Justice (MoJ) (the Authority) is seeking a single operator to manage and maintain both the prison regime and the prison facilities at HMP Oakwood.\nThe Authority has procured contracts for the operation of prisons by the private sector since the early 1990s and continues to support a mixed economy of public, voluntary, and private sector involvement. The current contract for HMP Oakwood will expire on 23 April 2027.\nScope of Services\nThe Prison Operator Services contract (also referred to as \u201cprison management\u201d in global markets) includes:\n\u2022\tOperational custodial services: education, rehabilitation, training, work, security, and resettlement\n\u2022\tFacilities Management (\u201cFM\u201d): both hard and soft FM services\nThe contract is based on the Cabinet Office Model Services Contract and is designed to ensure safe, secure, and transformative prison operations that reduce reoffending and maintain high standards.\nThe Authority aims to ensure a safe and efficient transfer of services with minimal disruption to staff and prisoners, while modernising the prison to ensure it is fit for the future.\nThe Authority confirms that dilapidation reports will not be provided as part of the documentation available in the HMP Oakwood Data Room. However, bidders will be granted access to relevant lifecycle data to support their understanding of the estate\u2019s condition and future maintenance requirements. In addition, the Authority will facilitate a series of site visits throughout the procurement process, as outlined in the Procurement Timeline, to enable bidders to gather contextual and operational insights necessary for bid development.\nProcurement Documentation\nThe Invitation to Tender (\u201cITT\u201d) documents are available via the Ministry of Justice\u2019s e-Sourcing Portal, Jaggaer, and are structured into five volumes:\n\u2022\tVolume 1: Introduction, Instructions and Procurement Process \u2013 providing instructions on the completion and submission of Tenders\n\u2022\tVolume 2: Response Criteria \u2013 providing details of the Response Criteria Bidders are \nrequired to address in their Tenders, together with guidance on completion of Bidder responses against each Evaluation Question\n\u2022\tVolume 3: The Draft Contract \u2013 the proposed contractual terms.\n\u2022\tVolume 4: Evaluation Methodology \u2013 providing details of the evaluation methodology against which the Tender will be evaluated and the scoring matrix\n\u2022\tVolume 5: Data Rooms \u2013 containing details of the data and information that the Authority is making available to Bidders to assist them in the preparation of their Tenders. \nContract Duration\nThe anticipated contract duration is 12 years from the operational services commencement date, with:\n\u2022\tAn option to extend by up to 3 years (1+1+1)\n\u2022\tA break clause 6 years from the Services Commencement Date",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "The Authority will be using its e-Sourcing Portal, Jaggaer to release all documents and communicate to the market. \nRegistration: The e-Sourcing Portal is an online application that allows all bidders to create and submit their responses to any PSQ and Tenders via the internet.\nBidders instructions to express an interest in this Tender:\n1) Login to the Portal at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html with username and password\n2) Click the PQQs/ITTs Open to All Suppliers\u2019 link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier)\n3) Click on the relevant PSQ/ITT to access the content using the following: PQQ Code \u2013 PQQ_527 Project Code \u2013 prj_14470\n4) Click the \u201cExpress Interest\u201d button at the top of the page. This will move the PQQ/ITT into your \u201cMy PQQs/My ITTs\u201d page. (This is a secure area reserved for your projects only)\n5) You can now access any attachments by clicking \u201cBuyer Attachments\u201d in the \u201cPQQ/ITT Details\u201d box instructions on how to submit a Tender will be provided\n6) If you experience any technical problems, please e-mail esourcing@Justice.gov.uk\n7) In the event of system issues please contact the Jaggaer Helpdesk via telephone 0800 069 8630/ 0845 010 0132",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-07-24T16:53:12+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "042940-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/042940-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-08-08T12:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-08-15T12:00:00+01:00",
"id": "prj_14470",
"items": [
{
"additionalClassifications": [
{
"description": "Prison services",
"id": "75231230",
"scheme": "CPV"
},
{
"description": "Imprisonment services",
"id": "75231210",
"scheme": "CPV"
},
{
"description": "Public security, law and order services",
"id": "75240000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "The Bidder is required to provide a detailed solution for how they will design and deliver a safe regime and environment.",
"name": "(1.1a) Safety",
"type": "quality"
},
{
"description": "The Bidder is required to provide details regarding how they will ensure that there is a clean, decent and positive environment for all those who live and work there. This must include how rehabilitative relationships will be fostered in support of reducing risk of harm and risk of reoffending in custody and on release. \nThe Bidder must demonstrate their clear vision regarding the culture they wish to create, why this is important to the outcomes that they want to achieve, identify how they will monitor key risks to achieving this culture, and implement clear plans to mitigate these. \nThey should have sufficient monitoring, communication, and engagement processes in place to support the culture they wish to create throughout the lifecycle of the Contract.",
"name": "(1.1b) Decency and Prison Culture",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution for how it will design and deliver a secure environment and secure ways of working including physical, procedural and dynamic security approaches.",
"name": "(1.1c) Security",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver services and an environment that will improve the mental and physical health and wellbeing of prisoners and tackle substance misuse and dependency by:\n\u2022\tFacilitating a comprehensive healthcare provision commissioned by NHS England (or successor commissioning body) and delivered by contracted service providers in accordance with national specifications.\n\u2022\tEnabling internal and external health appointments and internal wellbeing activities.\n\u2022\tProviding wellbeing services that are complementary to those provided via NHS commissioning.\n\u2022\tEnabling addiction recovery support services that are complementary to those provided via NHS commissioning.\n\u2022\tSupporting the integration of physical education and catering services into health and wellbeing delivery.",
"name": "1.2a) Health, Wellbeing and Substance Misuse",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver the regime for HMP Oakwood which meaningfully engages prisoners and meets their risk, need and responsivity requirements through the provision of Tier 1 and 2 Purposeful Activity offer across the prison.\nAs part of its detailed solution, the Bidder must demonstrate effective:\n\u00b7\tEnabling of the education service; \n\u00b7\tProvision of skills and work opportunities to prisoners to maximise successful resettlement and employment upon release\n\u00b7\tEnhancement of inter-personal, social or life skills.",
"name": "(1.2b) Approach to Regime and Purposeful Activity",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution on how they will design and deliver a service that will deliver and improve rehabilitative outcomes for prisoners, reducing both their risk of reoffending and risk of harm in custody and on release.\n\u2022\tDesign, deliver, monitor, review and refine their rehabilitative activity offer to provide the best possible outcomes for prisoners in line with the most recent evidence-based research.",
"name": "(1.2c) Reducing Reoffending",
"type": "quality"
},
{
"description": "The Bidder is required to outline a detailed solution for preparing prisoners for resettlement, release, or transfer and how they will work with other establishments, Probation Service, HMCTS (His Majesty\u2019s Courts and Tribunal Services) and OSPs to ensure continuity of care and services and continued sentence progression post-transfer/release.",
"name": "(1.2d) Transfer, Release and Resettlement",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution on how they will ensure consideration of all groups (prisoners and staff) with specialist needs, what specific approaches they will take to meet those needs, and how they will ensure equality of access and outcomes through a range of activities, including staff recruitment and training, delivery of DEI events and monitoring and actioning of inequality trends.",
"name": "(1.3a) Diversity, Equity and Inclusion",
"type": "quality"
},
{
"description": "The Bidder is required to outline a detailed solution for digital services.",
"name": "(1.3b) Digital Solution",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver a planned resource model that will provide consistent, resilient Safe, Decent and Secure Operating Levels (SDSOL) at all times and will deliver the services and regime in full and as planned (with no curtailment).",
"name": "(2a) Core Day, Heatmap, Profiles and Staff Roles/Headcount",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver effective and responsive resource management in the live environment to ensure that a safe, decent and secure operating levels will be maintained, and the regime and services be delivered.",
"name": "(2b) Resource Management and \u2018Business as Usual\u2019 Staff Management Approach",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver specific, measurable and time bound commitments that its organisation will make to ensure that the opportunities under the Contract deliver the policy outcomes of: \n(1) Increasing supply chain resilience. \n(2) Create a diverse supply chain to deliver the Contract including new businesses and entrepreneurs, start-ups, SMEs, VCSEs and mutuals.",
"name": "(3a) Increasing Supply Chain Resilience and Capacity",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver specific, measurable, and time-bound commitments that its organisation will make to ensure that opportunities under the Contract deliver the following policy outcomes: \n(1) Improve Health and Wellbeing. \n(2) Demonstrate action to support health and wellbeing, including physical and mental health in the Contract workforce.",
"name": "(3b) Workforce Health and Wellbeing",
"type": "quality"
},
{
"description": "The Bidder is required to provide its commitments that are in addition to those required by the Contract and that will deliver benefits over and above those which results from delivery of the Contract. \nThose benefits must meaningfully contribute to the delivery of the HMPPS Business Strategy outcomes of:\n\u2022\tProtecting the public \n\u2022\tReducing reoffending \n\u2022\tDecent and safe prisons (which may include improving the experience of prisoners in custody)",
"name": "(3c) Additional Benefits",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver an effective property and facilities management service that ensures the prison property and environment is safe, decent and secure and that prison places and service delivery are able to be delivered.",
"name": "(4a) Maintenance Services",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver an effective lifecycle replacement programme for HMP Oakwood, including how assets, when renewed, will be brought up to the required contractual standards and the dates associated with these changes.",
"name": "(4b) Lifecycle Replacement Services",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver a comprehensive resourcing approach to deliver its Planned Preventative Maintenance and Reactive Maintenance Services, including its approach to the use of sub-contractors.",
"name": "(4c) FM Resource",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver services and management of the prison with due regard for the environment and that will deliver and advance sustainability outcomes.",
"name": "(5a) Sustainability",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver its approach to and plans for mobilisation and transition from Contract award (Commencement Date) covering the Mobilisation and Transition periods as outlined in Schedule 5 (Mobilisation, Transition, and Transformation) and the Mobilisation, Transition and Transformation (MTT) Blueprint).",
"name": "(6a) Mobilisation and Transition",
"type": "quality"
},
{
"description": "The Bidder is required to provide a detailed solution of how it will design and deliver an approach to, and plans for Transformation (as defined in Schedule 5) and demonstrate how it will transform the services at HMP Oakwood to meet the needs of specific cohorts.",
"name": "(6b) Transformation",
"type": "quality"
},
{
"description": "The Bidder is required to state its compliance to Authority contractual specifications for Utilities. \nThe Bidder is required to state its compliance to Authority contractual specifications for Food Services. \nThe Bidder is required to state its compliance to Authority contractual specifications for Retail. \nThe Bidder is required to state its compliance to Authority contractual specifications for Staff Uniforms. \nThe Bidder is required to state its compliance to Authority contractual specifications for Secure Social Video Calling. \nThe Bidder is required to state its compliance to Authority contractual specifications for Control and Restraint Equipment. \nThe Bidder is required to state its compliance to Authority contractual specifications for Cleaning and Hygiene Equipment. \nThe Bidder is required to state its compliance to Authority contractual specifications for Mandatory Drug Testing. \nThe Bidder is required to state its compliance to Authority contractual requirements for Catering.",
"name": "(7.1a) Third Party Contracts",
"type": "quality"
},
{
"description": "Each Bidder is required to provide details on completed schedules.",
"name": "(7.1b) Completed Schedules",
"type": "quality"
},
{
"description": "Each Bidder is required to provide information for their (and any SPV or Consortium members\u2019) ultimate parent company in connection with the provision of a parent company guarantee in the form provided in Schedule 23 (Parent Company Guarantee). \nBidders must provide the requested information in a separate document and must not provide the requested information in Schedule 23 (Parent Company Guarantee) itself.",
"name": "(7.1c) Parent Company Guarantee",
"type": "quality"
},
{
"description": "The Bidder must provide all relevant information concerning the way in which the Services will be provided including but not limited to full details of any consortium, Special Purpose Vehicle and sub-contracting arrangements intended to be used.",
"name": "(7.1d) Consortium and Supply Chain Matters",
"type": "quality"
},
{
"description": "The Bidder is required to complete and return the table in Annex V of Volume 2 of this Invitation.",
"name": "(7.1e) Insurance",
"type": "quality"
},
{
"description": "The Bidder is required to provide a risk management plan which clearly articulates the Bidder\u2019s approach to risk management.",
"name": "(7.1f) Risk Management",
"type": "quality"
},
{
"description": "The Bidder is required to provide confirmation of compliance with the data storage requirements of the Contract.",
"name": "(7.1g) Data Storage Outside the UK",
"type": "quality"
},
{
"description": "The Bidder should confirm that its Bid Price (NPC of Price per Prisoner Place) represents a fixed price and that there will be no changes to this price during the Preferred Bidder Stage unless there is a change in Authority requirement.",
"name": "(7.2a) Fixed Price Confirmation",
"type": "price"
},
{
"description": "The Bidder should confirm that its acceptance of the full body of the Schedule 14 (Payment Mechanism). For the avoidance of doubt, this includes acceptance of the proposed Permitted Level of Contractor Doubled-Up Prisoners for a specific day and the Lifecycle Reserve Account surplus sharing position.",
"name": "(7.2b) Payment Mechanism",
"type": "quality"
},
{
"description": "The Bidder is required to satisfy itself generally as to its own tax position under existing tax legislation.",
"name": "(7.2c) Tax and Accounting",
"type": "quality"
},
{
"description": "The Contractor is required to set up a Lifecycle Reserve Account prior to the Services Commencement Date.",
"name": "(7.2d) Lifecycle Reserve Account",
"type": "quality"
},
{
"description": "Bidders are required to bid back the Daily Total RRAPP Adjustment for each RRAPP Band as set out in rows 36-88 of the \u201c6. Schedule 14\u201d tab in the FRT. Bidders are also required to set out their approach to calculating the Daily Total RRAPP Adjustment and confirm that their RRAPP calculations are free from error.",
"name": "(7.3a) Financial Robustness Test 1",
"type": "cost"
},
{
"description": "Reasonableness of Cost Assumptions - The Bidder is required to provide a detailed solution of how its financial proposals will ensure delivery of the Contract throughout its life by ensuring the costs are robust, sustainable, logical and consistent.",
"name": "(7.3b) Financial Robustness Test 3",
"type": "quality"
}
],
"weightingDescription": "Quality criteria for this evaluation is set out in the ITT documentation under Section 4 of Volume 2. \nVolume 4 Table 3 (paragraph 5.9), contains the weighting given to each criterion."
},
"contractPeriod": {
"endDate": "2039-04-23T23:59:59+01:00",
"maxExtentDate": "2042-04-23T23:59:59+01:00",
"startDate": "2027-04-24T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "1 year + 1 year + 1 year"
},
"selectionCriteria": {
"criteria": [
{
"description": "Yes",
"type": "economic"
},
{
"description": "Yes",
"type": "technical"
}
]
},
"status": "active",
"value": {
"amount": 529000000.0,
"amountGross": 634800000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "1.1 Stage 1: Conditions of Participation\n1.1.1 Stage 1 commences with the issuing of this Tender Notice and the publication of the Invitation to Tender (\u201cITT\u201d) Pack, including the Procurement Specific Questionnaire (\u201cPSQ\u201d) which all Bidders wishing to participate are required to complete and return. Information relating to the completion of the PSQ can be found on p. 4 of this document under \"Summary for Suppliers\". Completion of this document forms the basis of the first stage of the Oakwood Operator Procurement Process - i.e. the Conditions of Partcipation (COP) Stage. The Authority will answer COP Clarification Questions during this stage. \n1.1.2 The Authority will undertake a review of the completed PSQ, by reference to information held on the Central Digital Platform. Responses to the PSQ will be assessed in accordance with the selection process and any Conditions of Participation as set out in this Tender Notice and the PSQ, and as described in the ITT Pack. \n1.1.3 Stage 1 will complete with Bidders being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2 of the Competition. Any Bidders not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted. \n1.1.4 Bidders should note that the Authority reserves the right to re-assess any response to the PSQ, in the event that there is a change of circumstances that may affect the information submitted as part of the original (Stage 1) submission.\n1.2 Stage 2: Invitation to submit a tender with staged dialogue\n1.2.1 Stage 2 will commence with the shortlisted Bidders from Stage 1 being issued an invitation to tender for this requirement. The Authority will provide relevant training, issue operational documentation and answer Invitiation Clarification Questions during the ITT period. The Authority reserves the right to re-issue the tender documentation, in the event that amendments need to be made. \n1.2.2 The Bidders\u2019 tenders must be submitted in accordance with the requirements described, and in the format specified, as set out in Volume 2 of the ITT documentation, together with any further instructions that may be issued via the Authority\u0027s e-Sourcing platform, Jaggaer (formerly known as Bravo) from time-to-time. \n1.2.3 The Authority will evaluate all tenders in order to identify the Bidder which has submitted the most advantageous tender in accordance with the assessment methodology and award criteria set out in the Tender Notice, and Volume 2 and Volume 4 of the ITT documentation. \n1.3 Stage 3: Preferred Bidder Stage \n1.3.1 Once the evaluation process has concluded, the Authority will notify each Bidder by electronic means through the Authority\u2019s e-Sourcing portal, Jaggaer, of whether or not they have been successful in the Competition, with the successful Bidder being invited to a Preferred Bidder Stage. This stage will be used to finalise the draft Contract terms and conditions, in accordance with the limitations set out in the Procurement Act 2023. This is outlined in further detail in section 6 of Volume 1 of the ITT documentation. \n1.3.2 The Authority will provide an assessment summary to all Bidders that submitted tenders in Stage 2. Assessment summaries will be issued following the full governance approvals, and we will invoke the 8 (working day) standstill period prior to the final contract award as outlined in paragraphs 4.4.2 and 4.43 and the Competition Timetable in paragraph 4.5 of Volume 1, the HMP Oakwood Operator Competition Document. Assessment summaries will inform Bidders whether they have been successful in being awarded the Contract; provide an explanation of the awarded score of the Bidder\u0027s tender against the relevant award criteria, in accordance with the requirements of the Procurement Act 2023; where a Bidder was unsuccessful, provide information in respect of the most advantageous tender submitted, including the name of the preferred Bidder and details of the evaluation of this tender against the relevant award criteria. \n1.3.3 Once the assessment summaries have been provided to the Bidders that submitted tenders, the Authority will also publish a contract award notice on the Central Digital Platform to commence a standstill period of 8 working days. \n1.3.4 Following the expiry of the standstill period, Stage 3 will end with the Authority entering into the Contract with the preferred Bidder and publishing a Contract Details Notice on the Central Digital Platform (within 120 days of the date on which the Contract is entered into). \n1.3.5 The Authority will publish a copy of the Contract (within 180 days of the date on which the Contract is entered into) which may also be published on the Central Digital Platform. Further detail can be found within Volume 1 of the ITT documentation."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "Prison Operator Services - HMP Oakwood",
"value": {
"amount": 529000000.0,
"amountGross": 634800000.0,
"currency": "GBP"
}
}
}