Tender

Independent Approved Premises - Phase Two (Probation Service Regions provided in description)

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2024/S 000-018393

Procurement identifier (OCID): ocds-h6vhtk-046fdf

Published 14 June 2024, 8:39am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

iaps-bsc@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

Region 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

Independent Approved Premises - Phase Two (Probation Service Regions provided in description)

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 at least 4 contracts to provide Independent Approved Premise (IAP) across located in the North East, Yorkshire and the Humber, East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Service Regions.

Approved Premises (APs) provide a critical community-based service to accommodate and manage high risk individuals serving community sentences and on release from custody.

Provision of accommodation on release is a key factor in reducing reoffending and supporting transition into the community whilst reducing the need for prison places.

Independent Approved Premises (IAPs) are run by independent contracted organisations.

The Authority will take a two-staged approach to awarding contracts across both Lots.

Tenders will be awarded for individual properties, which must fall within the 15-35 bed spaces range.

In Lot 1, the Authority will award multiple contracts (in order of ranking within that Lot) until 2 properties for Males and 1 property for Females is awarded.

Concurrently, in Lot 2, the Authority will award a single tender for a Female property.

The Authority will then rank the remaining Tenders from both Lots / regions together and award further contracts to the best ranked Tenders up to the Funding Envelope has been used.

The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.

The contract end date will be the 31st March 2030, with the option for the Authority to extend on the same terms for a further period of up to 12 months to 31st March 2031.

two.1.5) Estimated total value

Value excluding VAT: £30,670,000

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: 2

two.2) Description

two.2.1) Title

North East and Yorkshire & the Humber Probation Regions

Lot No

1

two.2.2) Additional CPV code(s)

  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 75231240 - Probation services
  • 85312500 - Rehabilitation 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

North East and Yorkshire & the Humber Probation Regions

Full details provided in the ITT.

two.2.5) Award criteria

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

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

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

Possible 1 year extension.

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 earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.

two.2) Description

two.2.1) Title

East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions

Lot No

2

two.2.2) Additional CPV code(s)

  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 75231240 - Probation services
  • 85312500 - Rehabilitation 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

East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions.

Full details provided in ITT.

two.2.5) Award criteria

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

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

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

Possible 1 year extension.

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 earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.

The Contract Commencement date will be 1st April 2026.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection Criteria as stated in the procurement documents

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 within the procurement 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

7 August 2024

Local time

5:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 August 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders should note that the Procurement relates to services that fall under the 'Light Touch Regime' of the Regulations, regulations 74 to 77. The Authority is managing this Procurement in accordance with its general obligations and specifically as they apply to the Light Touch Regime. The Contracting Authority is following a process similar to the Open Procedure set out in the Regulations. No statements, acts or omissions of the Authority in connection with this Procurement should be taken as indicating that the Authority intends to be bound by the provisions of the Regulations to any greater extent than applies by law.

1. REGISTRATION

The Ministry of Justice will be performing events through its e-Sourcing Portal. The e-Sourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond).

2. TRANSPARENCY

HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published.

The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.

Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf

The prescribed grounds for redaction are:

(a) national security

(b) personal data

(c) information protected by intellectual property law;

(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)

(e) third party confidential information

(f) IT security; or

(g) prevention of fraud

3. GOVERNMENT SECURITY CLASSIFICATION

From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

https://www.gov.uk/government/publications/government-security-classifications

In addition, if at the time of the Contract Notice there is committed expenditure, this could be separately indicated in the additional information.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

102 Petty France

London

SW1H9AJ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Ministry of Justice will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.

Appeals and challenges should be communicated through the Ministry of Justice e-Sourcing portal.