Tender

Provision of Community Accommodation Services Tier 3

  • Ministry of Justice.

F02: Contract notice

Notice identifier: 2021/S 000-007164

Procurement identifier (OCID): ocds-h6vhtk-02a36d

Published 7 April 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice.

102 Petty France

London

SW1H 9AJ

Email

Thomas.Phillips@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

Access to the procurement documents is restricted. Further information can be obtained 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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Community Accommodation Services Tier 3

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

The Ministry of Justice (MoJ) intends to procure up to four (4) contracts with one or more suppliers (to be finalised during the procurement) to provide the ‘Community Accommodation Services Tier 3’ (“CAS-3”) service in four ‘Vanguard Regions’. The Vanguard Regions (represented by lots) are: East of England, Yorkshire and the Humber, North West, and Kent, Surrey and Sussex.

The successful Suppliers will provide (either themselves or through a supply chain) accommodation to a Person on Probation (“POP”) at risk of being homeless upon being released from prison or as part of their resettlement and moved-on from an Approved Premises (CAS-1), or period at a Bail Accommodation and Support Service (BASS) residence (CAS-2).

Suppliers will be expected to meet the Specification for the Region(s) in which they are bidding, which is tailored to reflect specific locations and volumes.

The successful suppliers shall provide accommodation to a referred POP from the first night of release for up to 84 days and provide individualised pastoral, floating support to each POP to support them in maintaining the accommodation as well as helping the POP move-on into settled accommodation.

The Authority intends to award contracts in late June 2021, with an expectation for the service to be ready to commence in early July. These dates are indicative.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

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

Provision of Community Accommodation Services Tier 3: East of England Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND

two.2.4) Description of the procurement

CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation ("POP") referred to them by the Probation Homelessness Prevention Team (“HPT”) for a period of up to 84 nights.

Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the East of England Region lot will accommodate approximately 95 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information.

The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning.

The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis.

As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19.

The estimated price range for this lot is: £3,400,000 - £4,300,000.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £4,300,000

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

Start date

12 July 2021

End date

23 June 2022

This contract is subject to renewal

No

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

The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process.

two.2) Description

two.2.1) Title

Provision of Community Accommodation Services Tier 3: Yorkshire and the Humber Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKE - YORKSHIRE AND THE HUMBER

two.2.4) Description of the procurement

CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation ("POP") referred to them by the Probation Homelessness Prevention Team (“HPT”) for a period of up to 84 nights.

Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the Yorkshire and the Humber Region lot will accommodate approximately 90 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information.

The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning.

The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis.

As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19.

The estimated price range for this lot is: £2,300,000 - £2,900,000.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,900,000

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

Start date

12 July 2021

End date

23 June 2022

This contract is subject to renewal

No

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

The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process.

two.2) Description

two.2.1) Title

Provision of Community Accommodation Services Tier 3: North West Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation ("POP") referred to them by the Probation Homelessness Prevention Team (“HPT”) for a period of up to 84 nights.

Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the North West Region lot will accommodate approximately 77 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information.

The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning.

The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis.

As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19.

The estimated price range for this lot is: £1,900,000 - £2,400,000.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,400,000

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

Start date

12 July 2021

End date

23 June 2022

This contract is subject to renewal

No

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

The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process.

two.2) Description

two.2.1) Title

Provision of Community Accommodation Services Tier 3: Kent, Surrey, and Sussex Region

Lot No

4

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation ("POP") referred to them by the Probation Homelessness Prevention Team (“HPT”) for a period of up to 84 nights.

Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the Kent, Surrey, and Sussex Region lot will accommodate approximately 50 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information.

The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning.

The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis.

As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19.

The estimated price range for this lot is: £1,900,000 - £2,400,000.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,400,000

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

Start date

12 July 2021

End date

23 June 2022

This contract is subject to renewal

No

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

The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process.


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

Explained in the tender documents.

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

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

Date

14 May 2021

Local time

4:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

14 May 2021

Local time

4:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Due to sensitive information contained in the ITT Documents, access to the ITT is on an 'Invitation-Only' basis. Please request a Non-Disclosure Agreement from the following email address: thomas.phillips@justice.gov.uk.

Please return the completed NDA to the same email address to be invited to the ITT.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Country

United Kingdom