Prison Operator Services - HMP Oakwood

A Addendum Notice
by MINISTRY OF JUSTICE

Source
Find a Tender
Type
Contract (Services)
Duration
12 year
Value
£529M
Sector
DEFENCE
Published
01 Aug 2025
Delivery
24 Apr 2027 to 23 Apr 2039
Deadline
n/a

Concepts

Location

West Midlands England:

Geochart for 1 buyers and 0 suppliers

1 buyer

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. 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

Renewal Options

1 year + 1 year + 1 year

Award Criteria

(1.1a) Safety The Bidder is required to provide a detailed solution for how they will design and deliver a safe regime and environment.
(1.1b) Decency and Prison Culture 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. The 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. They should have sufficient monitoring, communication, and engagement processes in place to support the culture they wish to create throughout the lifecycle of the Contract.
(1.1c) Security 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.
1.2a) Health, Wellbeing and Substance Misuse 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: • Facilitating a comprehensive healthcare provision commissioned by NHS England (or successor commissioning body) and delivered by contracted service providers in accordance with national specifications. • Enabling internal and external health appointments and internal wellbeing activities. • Providing wellbeing services that are complementary to those provided via NHS commissioning. • Enabling addiction recovery support services that are complementary to those provided via NHS commissioning. • Supporting the integration of physical education and catering services into health and wellbeing delivery.
(1.2b) Approach to Regime and Purposeful Activity 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. As part of its detailed solution, the Bidder must demonstrate effective: · Enabling of the education service; · Provision of skills and work opportunities to prisoners to maximise successful resettlement and employment upon release · Enhancement of inter-personal, social or life skills.
(1.2c) Reducing Reoffending 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. • Design, 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.
(1.2d) Transfer, Release and Resettlement 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’s Courts and Tribunal Services) and OSPs to ensure continuity of care and services and continued sentence progression post-transfer/release.
(1.3a) Diversity, Equity and Inclusion 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.
(1.3b) Digital Solution The Bidder is required to outline a detailed solution for digital services.
(2a) Core Day, Heatmap, Profiles and Staff Roles/Headcount 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).
(2b) Resource Management and ‘Business as Usual’ Staff Management Approach 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.
(3a) Increasing Supply Chain Resilience and Capacity 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: (1) Increasing supply chain resilience. (2) Create a diverse supply chain to deliver the Contract including new businesses and entrepreneurs, start-ups, SMEs, VCSEs and mutuals.
(3b) Workforce Health and Wellbeing 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: (1) Improve Health and Wellbeing. (2) Demonstrate action to support health and wellbeing, including physical and mental health in the Contract workforce.
(3c) Additional Benefits 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. Those benefits must meaningfully contribute to the delivery of the HMPPS Business Strategy outcomes of: • Protecting the public • Reducing reoffending • Decent and safe prisons (which may include improving the experience of prisoners in custody)
(4a) Maintenance Services 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.
(4b) Lifecycle Replacement Services 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.
(4c) FM Resource 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.
(5a) Sustainability 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.
(6a) Mobilisation and Transition 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).
(6b) Transformation 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.
(7.1a) Third Party Contracts The Bidder is required to state its compliance to Authority contractual specifications for Utilities. The Bidder is required to state its compliance to Authority contractual specifications for Food Services. The Bidder is required to state its compliance to Authority contractual specifications for Retail. The Bidder is required to state its compliance to Authority contractual specifications for Staff Uniforms. The Bidder is required to state its compliance to Authority contractual specifications for Secure Social Video Calling. The Bidder is required to state its compliance to Authority contractual specifications for Control and Restraint Equipment. The Bidder is required to state its compliance to Authority contractual specifications for Cleaning and Hygiene Equipment. The Bidder is required to state its compliance to Authority contractual specifications for Mandatory Drug Testing. The Bidder is required to state its compliance to Authority contractual requirements for Catering.
(7.1b) Completed Schedules Each Bidder is required to provide details on completed schedules.
(7.1c) Parent Company Guarantee Each Bidder is required to provide information for their (and any SPV or Consortium members’) ultimate parent company in connection with the provision of a parent company guarantee in the form provided in Schedule 23 (Parent Company Guarantee). Bidders must provide the requested information in a separate document and must not provide the requested information in Schedule 23 (Parent Company Guarantee) itself.
(7.1d) Consortium and Supply Chain Matters 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.
(7.1e) Insurance The Bidder is required to complete and return the table in Annex V of Volume 2 of this Invitation.
(7.1f) Risk Management The Bidder is required to provide a risk management plan which clearly articulates the Bidder’s approach to risk management.
(7.1g) Data Storage Outside the UK The Bidder is required to provide confirmation of compliance with the data storage requirements of the Contract.
(7.2a) Fixed Price Confirmation 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.
(7.2b) Payment Mechanism 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.
(7.2c) Tax and Accounting The Bidder is required to satisfy itself generally as to its own tax position under existing tax legislation.
(7.2d) Lifecycle Reserve Account The Contractor is required to set up a Lifecycle Reserve Account prior to the Services Commencement Date.
(7.3a) Financial Robustness Test 1 Bidders are required to bid back the Daily Total RRAPP Adjustment for each RRAPP Band as set out in rows 36-88 of the “6. Schedule 14” 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.
(7.3b) Financial Robustness Test 3 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.

CPV Codes

  • 75231230 - Prison services
  • 75231210 - Imprisonment services
  • 75240000 - Public security, law and order services

Indicators

  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains