Tender

Community Accommodation Service - Tier 3

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2022/S 000-013218

Procurement identifier (OCID): ocds-h6vhtk-033a40

Published 18 May 2022, 7:27am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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