- Scope of the procurement
- Lot 1. Provision of Community Accommodation Services Tier 3: East of England Region
- Lot 2. Provision of Community Accommodation Services Tier 3: Yorkshire and the Humber Region
- Lot 3. Provision of Community Accommodation Services Tier 3: North West Region
- Lot 4. Provision of Community Accommodation Services Tier 3: Kent, Surrey, and Sussex Region
Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice.
102 Petty France
London
SW1H 9AJ
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