Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
natalie.newman1@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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Community Accommodation Service - Tier 3
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 ten (10) contracts to provide the ‘Community Accommodation Service – Tier 3’ (“CAS-3”) service in five ‘Probation Regions’. The Regions (represented by lots) are: North East, West Midlands, East Midlands, South Central, South West and London. The London procurement will have 5 sub-lots to reflect the size of the market the London sub-lots will be broken down as follows:
London SW -: Richmond, Wandsworth, Croydon, Sutton, Merton, Kingston
London SE: Lambeth, Southwark, Lewisham, Greenwich, Bexley, Bromley
London NW: West: Brent, Ealing, Hammersmith & Fulham, Kensington & Chelsea, Hillingdon, Harrow, Hounslow
London NE: City of London, Hackney, Newham, Tower Hamlets, Waltham Forest, Redbridge, Havering, Barking & Dagenham
London North Central: Westminster, Camden, Islington, Enfield, Barnet, Haringey .
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, volumes may vary throughout the life of the contract depending on demand for the service in each region.
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.
two.1.5) Estimated total value
Value excluding VAT: £287,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The authority requests that the supplier states their demand capacity and preferences when bidding on more than one lot
two.2) Description
two.2.1) Title
CAS3 Community Accommodation services National Roll out
Lot No
10
two.2.2) Additional CPV code(s)
- 75231240 - Probation 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
CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates POPs 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 approximate number of POPs the successful Supplier(s) for each lot will accommodate each month are (NB these figures comprise sub-regional requirements):
1. North East:99
2. West Midlands:198
3. East Midlands:270
4. South Central:147
5. South West:189
6. London South West:43
7. London South East:129
8. London North West:79
9. London North East:110
10. London North Central:80
These numbers are 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 1 weekly contact and 2 visits/month (1 hour each visit). The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Probation Practitioner 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 of four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required). 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.
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: £287,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 December 2022
This contract is subject to renewal
Yes
Description of renewals
Possibly 2 year extension after 3 years
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.1.2) 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
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
8 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
23 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The indicative contract commencement date is currently planned for End December 2022/early January 2023 (“Commencement Date”) and the Supplier's obligations will run from that Commencement Date. Mobilisation of the service will start around that Commencement Date with an expectation of properties to be available straight away and ramped up thereafter.
The TED reference for the Prior Information Notice for this tender is 000136-2022.
The Contracts Finder reference for the Early Engagement Notice for this tender is: tender_000136-2022.
These contracts are 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.
Bravo Project Reference is prj_7821. ITT Reference is: [TBD]
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