Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
II.1.1) Teitl
HMPPS Common Awarding Organisations
II.1.2) Prif god CPV
80000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Across the prison estate, HMPPS and Education Providers (procured by HMPPS) deliver qualifications as part of education, skills, and work provision. The aim is to ensure that prisoners can develop key knowledge, skills, and behaviours through the delivery of qualifications that are recognised by industry experts and the wider community, enabling them to progress towards meaningful outcomes on release, with the long-term aim of reducing reoffending.
In 2016, Dame Sally Coates undertook a review of Prison Education and recommended mandating the use of single Awarding Organisations to deliver services in key subject areas to drive consistency of learning and ensure that prisoners can continue qualifications if they transfer establishments. The Government committed to this in the Prison Safety and Reform White Paper in 2016.
In 2019, the Prisoner Education Framework (PEF) was introduced to deliver core education services across the prison estate. Common Awarding Bodies were procured to support Prisoner Education Framework providers.
In 2021, the Prisons Strategy White Paper was published, this set out the vision for a modern prison estate to create the right conditions to support rehabilitation. A key component in the paper was the commitment to a new Prisoner Education Service (PES) which will:
• improve literacy and numeracy outcomes
• incentivise obtaining qualifications
• increase prospects of work or further education upon release
Prisoner Education Service contracts will commence in April 2025. To ensure consistency in learning, HMPPS will be mandated to use Ofqual Registered Common Awarding Organisations for the following curriculum areas:
1) Mathematics
2) English
3) Catering and Hospitality
4) Textiles
5) Engineering
This procurement is to appoint an Ofqual registered supplier for each of the above curriculum areas.
This procurement is run under the Light Touch Regime.
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 Portal. Bidders must register the names of all contacts requiring access to the sourcing event and should submit queries via the Portal https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 640 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
• Lot 1 – English
• Lot 2 – Maths
• Lot 3 – Catering & Hospitality
• Lot 4 – Textiles
• Lot 5 – Engineering
Rhif y Lot English
II.2.2) Cod(au) CPV ychwanegol
80000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This procurement is in place to secure one Ofqual registered Common Awarding Organisation for each English (Excluding ESOL).
As a minimum, the Contractor must offer a suite of qualifications in English at pre-entry, entry level 1, entry level 2, entry level 3, level 1, and level 2.
The Contractor must offer a breadth of qualifications within English of varying breadth and complexity or specialism, which must include as a minimum:
• Functional skills in English at entry level 1
• Functional skills in English at entry level 2
• Functional skills in English at entry level 3
• Functional skills in English at level 1
• Functional skills in English at level 2
The Contractor may offer qualifications in English at other levels in addition, however, this is not a mandatory requirement.
The Contractor will be used as the preferred awarding organisation in English. If the Contractor is unable to provide a qualification in English required by the Authority, the Authority retains the right to utitlise another awarding organisation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 461 250.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contracts may be extended up to three years at the Authority’s discretion.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot Mathematics
II.2.2) Cod(au) CPV ychwanegol
80000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This procurement is in place to secure one Ofqual registered Common Awarding Organisation for Mathematics.
As a minimum, the Contractor must offer a suite of qualifications in Mathematics at pre-entry, entry level 1, entry level 2, entry level 3, level 1, and level 2.
The Contractor must offer a breadth of qualifications within Mathematics of varying breadth and complexity or specialism, which must include as a minimum:
• Functional skills in Mathematics at entry level 1
• Functional skills in Mathematics at entry level 2
• Functional skills in Mathematics at entry level 3
• Functional skills in Mathematics at level 1
• Functional skills in Mathematics at level 2
The Contractor may offer qualifications in Mathematics at other levels in addition, however, this is not a mandatory requirement.
The Contractor will be used as the preferred awarding organisation in mathematics. If the Contractor is unable to provide a qualification in mathematics required by the Authority, the Authority retains the right to utitlise another awarding organisation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 492 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contracts may be extended up to three years at the authority’s discretion
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot Catering and Hospitality
II.2.2) Cod(au) CPV ychwanegol
80000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This procurement is in place to secure one Ofqual registered Common Awarding Organisation for Catering and Hospitality
The Contractor must ensure that its qualifications in Catering and Hospitality are built on the standards required by workplaces to undertake job roles in Catering and Hospitality, developing the knowledge, skills and understanding that enables progression routes to employment in Catering and Hospitality .
The Contractor must ensure that its qualifications in Catering and Hospitality enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.
As a minimum, the Contractor must offer a suite of qualifications in Catering and Hospitality at level 1 and level 2. The Contractor could offer qualifications in hospitality and catering at other levels, however, this is not a mandatory requirement.
The Contractor must offer qualifications within Catering and Hospitality in the following area:
• food safety, hygiene, and allergen awareness
The Contractor must also offer a breadth of qualifications within Catering and Hospitality of varying breadth and complexity or specialism, which could include, and is not limited to, Catering and Hospitality qualifications related to the following areas:
• general hospitality and catering
• introduction to hospitality and catering
• customer service
• hospitality services
• catering services
• teamwork
• health and safety
• food safety, hygiene, and allergen awareness
• meeting dietary needs, including healthy foods
• food preparation, production, and cooking
• cookery
• culinary skills
• barista skills
• baking
• using catering equipment
Note: the above examples are for illustrative purposes only, Contractors do not need to provide all the above to be eligible to bid.
The Contractor will be used as the preferred awarding organisation in Catering and Hospitality . If the Contractor is unable to provide a qualification in Catering and Hospitality required by the Authority, the Authority retains the right to utitlise another awarding organisation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 922 500.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contracts may be extended up to three years at the Authority’s discretion
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot Textiles
II.2.2) Cod(au) CPV ychwanegol
80000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The Contractor must ensure that its qualifications in Textiles are built on the standards required by workplaces to undertake job roles in textiles, developing the knowledge, skills and understanding that enables progression routes to employment in Textiles.
The Contractor must ensure that its qualifications in Textiles enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.
As a minimum, the Contractor must offer a suite of qualifications in Textiles at level 1 and level 2. The Contractor could offer qualifications in Textiles at other levels, however, this is not a mandatory requirement.
The Contractor must offer a breadth of qualifications within Textiles of varying breadth and complexity or specialism, which could include, textiles qualifications related to the following areas:
• introduction to Textiles
• manufacturing sewn and Textile products, including cutting, sewing, repair and inspection
• industrial Textile machinery use, repair and maintenance
• fashion design and development
Note: the above examples are for illustrative purposes only, Contractors do not need to provide all the above to be eligible to bid.
The Contractor will be used as the preferred awarding organisation in Textiles. If the Contractor is unable to provide a qualification in Textiles required by the Authority, the Authority retains the right to utitlise another awarding organisation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 369 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contracts may be extended up to three years at the Authority’s discretion
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot Engineering
II.2.2) Cod(au) CPV ychwanegol
80000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The Contractor must ensure that its qualifications in Engineering are built on the standards required by workplaces to undertake job roles in Engineering, developing the knowledge, skills and understanding that enables progression routes to employment in Engineering.
The Contractor must ensure that its qualifications in Engineering enable opportunities to use and apply theoretical knowledge, skills and understanding in a practical work environment.
As a minimum, the Contractor must offer a suite of qualifications in Engineering at level 1 and level 2. The Contractor could offer qualifications in Engineering at other levels in addition to the above, however, this is not a mandatory requirement.
The Contractor must offer a breadth of qualifications within Engineering of varying breadth and complexity or specialism, which could include engineering qualifications related to the following areas:
• general Engineering
• introduction to Engineering
• performing Engineering operations
• engineering for product manufacture and refurbishment
• vehicle/automotive engineering, including inspection, maintenance, repair and fitting
• electrical installation and construction
• fabrication and welding
• computer aided design
• glass and glazing manufacture and refurbishment
• railway Engineering
Note: The above examples are for illustrative purposes only, Contractors do not need to provide all of the above to be eligible to bid.
The Contractor will be used as the preferred awarding organisation in Engineering. If the Contractor is unable to provide a qualification in engineering required by the Authority, the Authority retains the right to utitlise another awarding organisation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 396 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contracts may be extended up to three years at the Authority’s discretion.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
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.