Contract

Accommodation for People on Probation – West Midlands Accommodation Gap (WMAG)

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-005937

Procurement identifier (OCID): ocds-h6vhtk-030294

Published 3 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

ProbationDynamicFramework@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement

Buyer's 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.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

Accommodation for People on Probation – West Midlands Accommodation Gap (WMAG)

Reference number

prj_7739

two.1.2) Main CPV code

  • 75231240 - Probation services

two.1.3) Type of contract

Services

two.1.4) Short description

Accommodation services in the West Midlands region, across dispersed locations, suitable for people on probation (both in the community and prison leavers) who would otherwise be homeless.

Accommodation to POP is fundamental to an individual’s rehabilitation and to lowering the risk of reoffending; decreasing the harm posed to the public. Accommodation provision provides security and stability which, in turn, allows POP to seek work more effectively which consequently decreases the likelihood of offending. It is also a core government ambition to eradicate homelessness by 2024; an ambition which has statutory footing in the Homelessness Reduction Act 2017 which places duties on local authorities to address homelessness. This contract will place a key role in meeting these aims and ambitions.

POP who are deemed high risk are to be prioritised. We are seeking at least 50% of bed spaces to be single units. Other accommodation can include up to four-bed houses of multiple occupancy (HMOs). The Authority’s ambition is to convert at least 35% of accommodation arrangements into assured short hold tenancy agreements. People on probation should be supported for up to 56 nights or, in the alternative, receive assistance in their rent deposit (or any outstanding rental arrears) where this poses a barrier to being accommodated.

This contract will not require ongoing pastoral support in the provision of these services and envisages the provision of accommodation only, unless otherwise stated in this specification. This is because the Authority has already procured alternative services to meet these needs

While the Authority is seeking services for dispersed accommodation across the West Midlands region, service delivery and placements will not be required in Birmingham

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £600,600

two.2) Description

two.2.2) Additional CPV code(s)

  • 98341000 - Accommodation services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

West Midlands Probation Service

two.2.4) Description of the procurement

The Contract requires the Provider to achieve the following outcomes:

- POP are provided suitable accommodation on release from custody on licence or while under probation supervision in the community;

- strive for the provision and facilitation of long-term accommodation and assisting in the removal of barriers to long-term accommodation;

- provide accommodation which is suitable for the individual person on probation and does not jeopardise their rehabilitation;

- provide accommodation which complies with any statutory, regulatory or MOJ-specific provisions or guidance;

- work collaboratively and efficiently with various organisations and public entities to guarantee the best service for the people on probation at the best cost for the Authority; and

- contribute to the government ambition of eradicating homelessness.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The Authority has established a Probation Services Dynamic Framework (PSDF) to purchase services to deliver rehabilitation and resettlement interventions under the 'Light Touch Regime' (2020/S 114-277986)

The Authority sought a Provider for this requirement in October 2021 by running a Call-Off Competition (COC) (ITT_5586) through the PSDF. No compliant bids were received, resulting in a failed competition. Pursuant to regulation 32(2)(a) of the Public Contracts Regulations 2015 the MOJ intends to directly award this contract by the negotiated procedure without prior publication. The initial conditions of the contract will not be substantially altered from the conditions published at ITT_5586.

Response Accommodation have demonstrated to the Authority through market engagement and requests for information that they have the technical capabilities and capacity to deliver the requirements. The Authority published a VEAT notice on the Find a Tender service on 16 December 2021 to notify of it's intention to award this contract to Response Accommodation on a short-term basis (6-month fixed term, no extension options), to avoid a possible gap in services to people on probation and the community.

For the purposes of Regulation 99 of the Public Contracts Regulations 2015, as amended by the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020/1319, a 10 day standstill period was observed, ending on 29 December 2021. This notice serves as publication of the contract being awarded as proposed in the VEAT (Publication reference: 2021/S 000-031517)

To ensure maximum transparency, the Authority has also decided to publish this Award notice in the Official Journal (OJEU).

Further engagement may be conducted with the market over the coming months with a view to developing a strategy for the Authority to procure these services effectively in the future.

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

Pursuant to regulation 32(2)(a) of the Public Contracts Regulations 2015 the MOJ intends to directly award this contract by the negotiated procedure without prior publication. The initial conditions of the contract have not been substantially altered from the conditions published at ITT_5586.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • No tenders or no suitable tenders/requests to participate in response to restricted procedure
  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The Authority sought a Provider for this requirement in October 2021 by running a Call-Off Competition (COC) (ITT_5586) through the PSDF. No compliant bids were received, resulting in a failed competition. Pursuant to regulation 32(2)(a) of the Public Contracts Regulations 2015 the MOJ intends to directly award this contract by the negotiated procedure without prior publication. The initial conditions of the contract will not be substantially altered from the conditions published at ITT_5586.

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031517


Section five. Award of contract

Contract No

con_19804

Title

Accommodation for People on Probation – West Midlands Accommodation Gap (WMAG)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 December 2021

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Response Accommodation Limited

Medbourne

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £600,600

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

the Supplier is entitled to sub-contract its obligations under this Call-Off Contract with the prior consent of the Customer.


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A copy of all complaints should be sent to the Commercial and Contract Management Directorate (CCMD) Compliance team commercialcompliance@justice.gov.uk and ProbationDynamicFramework@justice.gov.uk

We acknowledge all complaints in writing within five working days and aim to respond within ten working days. If a full response cannot be issued within this timescale we will let you know how long it will take.

We monitor and report on the complaints we have received and our goal is to learn from them and improve our processes.

Information to accompany a complaint

If you have a comment or complaint about any aspect of a current/recent procurement round please provide in writing full details of the procurement round you are referring to including if possible:

- Any reference details

- Goods / service being tendered/contracted for

- Contact details of the relevant commercial contract manager or team

If you are not satisfied with your reply, you may contact the person who responded to your initial complaint, or another contact point named in our response to you. Your complaint will be acknowledged in writing within five working days of receipt.

If you are still dissatisfied, depending on its nature, we may refer your complaint to the Legal Services Directorate if appropriate. Your complaint will be acknowledged in writing within five working days of receipt.

six.4.4) Service from which information about the review procedure may be obtained

Commercial Compliance

London

Email

commercialcompliance@justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement