Prisoner Education Services Panel Core Education

Award

Value

£1,500,000,000

Classifications

  • Services related to the detention or rehabilitation of criminals
  • Career guidance services

Tags

  • award
  • contract

Published

1 year ago

Description

Ministry of Justice has awarded a Prisoner Education Services Panel. The Panel may be used to call off a range of Prisoner Education Services, including Core Education; Careers, Information and Guidance (CIAG); (excluding Local Authority Library Services); and Physical Education. The maximum value over 7 years is £1,500,000,000. The initial Call Offs are for the provision of the new Core Education Services (including Prison Library Services   where relevant) for 11 regional Lots. The Core Education procurement is nearing finalisation, contract award is expected around Spring 2025. See Find a tender ref 2023/S 000-027125 for further information. 
The Core Education contracts will be part of the transformed Prisoner Education Services (PES). These contracts are anticipated to commence delivery from Autumn 2025. Successful bidders shall be expected to deliver a curriculum that helps prisoners gain the necessary skills and experience to increase their chances of employability on release to integrate into society and lead an independent life.  Furthermore, the prisoners will be able to, access learning opportunities in vocational subject areas, to help further increase their employability, as well as further education and training. The procurement of Core Education also includes the provision of library services where these are incorporated and delivered as part of the core education service. The panel will enable subsequent Call Off Competitions and Contracts.

Similar Contracts

Open

Connect to Work Programme

The Authority is delivering the Connect to Work Programme as part of new Mayoral powers to convene local supported employment provision that contributes to the national Get Britain Working plan and the Local Growth Plan. Connect to Work is a new, voluntary supported employment initiative funded by the Department for Work and Pensions (DWP). It is the first major element of the Get Britain Working Strategy and will take a collaborative, locally led approach It will: • Connect local work, health, and skills support using a “place, train, maintain” model. • Target “hidden unemployment” and disadvantaged groups. • Deliver IPS (Individual Placement and Support) and SEQF (Supported Employment Quality Framework) interventions with high fidelity to national models. • Ensure equitable access through a zero-exclusions approach. • Support at least 3,738 residents between 2025 and 2030. The Authority, as Lead Authority and Accountable Body for Cambridgeshire & Peterborough, will commission, implement, and manage Connect to Work. Delivery will align with local priorities and be supported through partnerships with health services and other stakeholders The Authority seeks to award a single contract to an experienced Supplier to manage a specialist supply chain and deliver 3,738 Connect to Work Programme starts, along with associated job starts and outcomes, between contract commencement and 31 March 2030. The successful Supplier will be responsible for: • Building and managing a specialist, local supply chain of delivery partners. • Ensuring access to, and engagement with, the targeted Connect to Work participants. • Overall delivery of both IPS (Individual Placement and Support model) and SEQF (Support Employment Quality Framework) support to the IPS and SEQF fidelity scales2 at the required volumes and profiles as detailed in this Specification. The Authority is conducting this procurement using the Competitive Flexible Procedure, in accordance with Section 20(2)(b) of the Procurement Act 2023. The process has been designed to ensure fairness, transparency, and proportionality, while maintaining flexibility to meet the requirements of this Light Touch Contract. Stage 1 – Shortlisting Suppliers Stage 1 identifies Suppliers capable of meeting the Authority’s requirements. • 4 pass/fail questions – Suppliers failing any pass/fail question will be excluded. • 3 weighted backward-looking questions – These assess relevant experience and are scored against the published marking scheme. Suppliers passing the pass/fail questions will be scored on their weighted quality responses. The Authority intends to invite up to five (5) of the highest-scoring Suppliers to Stage 2. If fewer than five meet the requirements, fewer may be shortlisted. In the event of a tie for fifth place, all Suppliers with the same score may progress. The shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced. Stage 2 – Invitation to Tender (ITT) Only Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes 1. Conditions of Participation (Exclusion Checks) 2. Tender Submission and Evaluation

Katy Reed

Published 4 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete