Opportunity

Community Accommodation Service Tier-2 (Formally named Bail Accommodation and Support Service)

  • Ministry of Justice.

F02: Contract notice

Notice reference: 2021/S 000-005242

Published 15 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice.

102 Petty France

London

SW1H 9AJ

Email

Zoe.Harrison1@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Social and other specific services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Community Accommodation Service Tier-2 (Formally named Bail Accommodation and Support Service)

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

The Ministry of Justice (MoJ) as the contracting authority is looking to commission the provision of Community Accommodation Service Tier-2 to replace the current service named Bail Accommodation and Support Service (BASS). The service is for people released on bail and offenders released from custody who meet the necessary eligibility criteria; including but not limited to, those released on Home Detention Curfew (HDC) and Additional License Cohort (ALC). The Accommodation and Support Services allows both offenders and defendants to remain outside of the prison environment when they do not have an address to reside, providing them with accommodation and a range of support services to ensure they are safely managed within the community.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services
  • 98341000 - Accommodation services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)
  • UKL - WALES

two.2.4) Description of the procurement

The successful Supplier shall be required to design the service delivery solution to meet the accommodation and support needs of eligible people released from courts on Bail, or those released from custody on Bail, Home Detention Curfew (HDC) or Additional License Cohort (ALC).

The Community Accommodation Service Tier-2 (CAS-2) service is a critical service for the Authority, providing accommodation for those who can more appropriately and safely be supported in the community instead of being held in custody. The Authority currently envisages that the successful Supplier shall be required to deliver 550 bed spaces in 1 to 4 bedroom properties, ensuring coverage in every probation region in England and Wales, and a minimum of 10% of the 550 bed spaces will be expected to serve females, with female bed space provided in every region.

Potential bidding entities should note that the number of bed spaces and/or value of the contract may be greater or lower than the number and value stated in this notice, as the number of spaces required may fluctuate according to demand. The contract will consist of a mechanism to expand or decrease the number of spaces in blocks of 100 at pre-agreed prices as well as further mechanisms allowing the authority to adjust bed spaces as required. The Authority reserves the right to change the people that are eligible for these spaces.

The Authority additionally reserves the right to make these spaces available for use by government agencies or bodies other than the Authority if commissioning changes require this.

In conducting this procurement, the Authority will run a procurement process similar to the competitive procedure with negotiation route to market, to allow for any changes to be discussed and the cost model refined and developed accordingly to reflect bidder’s proposed solutions. The Authority will also wish to discuss bidder proposals for improving longer term accommodation outcomes for CAS-2 residents. The Authority may during the course of service delivery add or amend to the scope of accommodation and services to a wider range of people who would otherwise be placed into custody, which will need to be linked into any longer-term strategy. As such, potential bidding entities should be aware that any numbers, volumes or values expressed in this notice are indicative only and might be subject to change during the course of service delivery.

Referrals for the CAS-2 can be made by providers of probation services and providers of prisons. People can be released to CAS-2 from any Court in England and Wales or from any prison within the prison estate in England and Wales (https://www.justice.gov.uk/downloads/contacts/hmps/prison-finder/prison-map.pdf). Properties will need to meet the decent homes standards, be of a good standard and not stand out amongst the community in which they serve. As such, one of the elements to be assessed by the Authority under the Selection Questionnaire will be potential bidding entities' experience of procuring and managing large portfolios of property and working with groups of people with complex and challenging needs.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2022

End date

30 September 2029

This contract is subject to renewal

Yes

Description of renewals

The right to extend this contract by up to 2 years is available at the Authority's discretion and provision for such extension is included in the end date above.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This procurement falls within the exemption afforded by the LTR.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Information on expected performance conditions is provided for information only and is contained within the Target Operating Model.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

Accelerated procedure

Justification:

This procurement falls within the exemption afforded by the LTR.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 March 2021

Local time

4:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 March 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

CAS-2 services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 and shall be awarded pursuant to Regulation 74.

The indicative contract commencement date is currently planned for early 2022 (Contract Commencement Date) and the Supplier's obligations will run from and including that Commencement Date. Mobilisation of the service will start on the Commencement Date, with the expectation that the successful Supplier will provide accommodation and support services from the Services Commencement Date on 1st October 2022. The Initial Contract Period is from and including the Commencement Date up to the fifth anniversary of the Services Commencement Date, with the option for the Contracting Authority to then extend for up to a further two-years.

The TED reference for the Prior Information Notice for this tender is 2020/S 168-408193.

The Contracts Finder reference for the Early Engagement Notice for this tender is: tender_237687/885120.

The Contracting Authority reserves the right to have recourse to a staged procedure to gradually reduce the number of tenders to be negotiated during the negotiation process. Further details will be provided in the ITN.

The Authority reserves the right to award based on initial bids.

The Authority intends to invite a maximum of 6 potential bidding entities to submit initial bids, 3 of which will be shortlisted to take part in the negotiation stage, the Authority reserves the right to invite more or less than this.

This contract is non-exclusive and the Authority therefore reserves the right to commission additional suppliers to provide any element of these services according to Authority's needs.

All potential bidding entities will be required to sign a Confidentiality Agreement as part of their SQ completion. Whilst all potential bidding entities will be required to sign a Confidentiality Agreement, this should not be taken as an indication of progress to the Invitation to Negotiate phase.

You have the option to view SQs open to all suppliers. From this list you can express interest by opening and clicking Express interest. Having expressed an interest in the event you will receive an email notification and the SQ will move to the My SQs area.

Bravo Project Reference is PRJ_4901. SQ Reference is: PQQ_242 Community Accommodation Service – Tier 2 Selection Questionnaire

The documentation available at the SQ stage is form information only, further information about the requirements will be provided to the shortlisted bidders at the next stage.

The MoJ reserves the right to reject all or any of the tenders and not to award a contract to any bidder, without any liability on its part. Nothing in this notice shall generate any contractual obligations prior to the signature of a contract following a competition.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Country

United Kingdom