Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Independent Approved Premises - Phase 1 London and North West Probation Service Regions
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 intends to commission contracts to provide Independent Approved Premise (IAP) across 2 probation regions (London, North West).
Approved Premises (APs) provide a critical community-based service to accommodate and manage high risk individuals serving community sentences and on release from custody.
Provision of accommodation on release is a key factor in reducing reoffending and supporting transition into the community whilst reducing the need for prison places.
Independent Approved Premises (IAPs) are run by independent contracted organisations.
The Authority will take a two-staged approach to awarding contracts across both Lots.
In Lot 1, the Authority will first award a single contract for the best-ranked compliant Tender which provides a minimum of 15 Female service user beds in the North West Probation Region. The tendered property must not provide more than 35 beds.
Concurrently, in Lot 2, the Authority will award multiple contracts (in order of ranking within that Lot) until a minimum of 49 Male service user beds in the London Probation Region have been fulfilled.
The Authority will then rank the remaining Tenders from both Lots / regions together and award further contracts to the best ranked Tenders up to the Funding Envelope has been used.
The 1st April 2025 will be the earliest start date of the Contract and is subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.
The contract end date will be the 31st March 2030, with the option for the Authority to extend on the same terms for a further period of up to 12 months to 31st March 2031.
The MoJ intends to run a second competition for IAPs in other Probation Service Regions as part of a separate procurement exercise
two.1.5) Estimated total value
Value excluding VAT: £26,790,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
North West Region
Lot No
1
two.2.2) Additional CPV code(s)
- 75231240 - Probation services
- 85312500 - Rehabilitation services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
North West region properties.
Full details provided in the ITT
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 April 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
Possible 1 year extension
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) Description
two.2.1) Title
London Region
Lot No
2
two.2.2) Additional CPV code(s)
- 75231240 - Probation services
- 85312500 - Rehabilitation services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Region properties
Full details provided in ITT
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 April 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
Possible 1 year extension
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection Criteria as stated in the procurement documents
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 within the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030169
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 April 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should note that the Procurement relates to services that fall under the ‘Light Touch Regime’ of the Regulations, regulations 74 to 77. The Authority is managing this Procurement in accordance with its general obligations and specifically as they apply to the Light Touch Regime. The Contracting Authority is following a process similar to the Open Procedure set out in the Regulations. No statements, acts or omissions of the Authority in connection with this Procurement should be taken as indicating that the Authority intends to be bound by the provisions of the Regulations to any greater extent than applies by law.
1. REGISTRATION
The Ministry of Justice will be performing events through its e-Sourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses via the internet rather than in
paper form.
2. TRANSPARENCY
HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating
to awarded contracts will be published. Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf
The prescribed grounds for redaction are:
(a) national security
(b) personal data
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information
(f) IT security; or
(g) prevention of fraud
3. GOVERNMENT SECURITY CLASSIFICATION
From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Ministry of Justice will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.
Appeals and challenges should be communicated through the Ministry of Justice eSourcing portal.