Scope
Reference
prj_14601
Description
This notice is published in accordance with the Procurement Act 2023 as a Planned Procurement Notice (UK3). It provides advance notice that the Ministry of Justice intends to establish an open framework using the open procedure for the future procurement of Community Accommodation Services (CAS), ahead of the publication of a tender notice.
CAS provides temporary accommodation and associated support for individuals leaving custody or serving sentences in the community. The service supports public protection, offender management, and resettlement outcomes, including the prevention of homelessness on release. CAS is not intended to provide settled accommodation or replace the statutory duties of local authorities. It operates as a bridge back into the community, proportionate to the level of risk presented. Accommodation is the core service, with varying levels of support depending on service type.
The current service configuration, which remains subject to future change, is as follows:
• CAS1 – Approved Premises are 24hour staffed community residences that provide temporary accommodation and close monitoring for high-risk prison leavers and people on probation.
• CAS2 – Community accommodation and support for individuals leaving custody, released from court on bail, and other cohorts.
• CAS3 – Short-term transitional accommodation for prison leavers at risk of homelessness with a basic floating support service.
Framework Overview
The Authority intends to establish a lotted open framework in accordance with section 49 of the Procurement Act 2023. The framework will provide a unified commercial route to market for CAS, while retaining flexibility to respond to operational demand and policy change. The indicative lotting structure is as follows:
• Lot 1: CAS1 – Accommodation and Support
• Lot 2: CAS2 – Accommodation and Support
• Lot 3: CAS3 – Accommodation and Support
The Authority may also utilise the framework to procure additional accommodation requirements, provided these fall within the scope and are aligned to operational need.
The framework will:
• permit the admission of multiple suppliers to each lot;
• reopen at planned intervals to allow new suppliers to join; and
• provide for competition for call-off contracts through competitive selection processes.
Call-off contracts will be awarded through competitive selection processes in accordance with the Procurement Act 2023. Detailed service models, delivery requirements, and performance expectations will be set out in future tender documentation.
Indicative Timeline:
• Framework ITT issued: 28 April 2026.
• Supplier clarification deadline: 20 May 2026.
• Authority’s response to clarification questions by: 29 May 2026.
• Tender submission deadline: 11 June 2026.
• Evaluation and moderation: June/July 2026.
• Notification of outcomes and publication of contract award notice: week commencing 5 October 2026.
• Framework commencement: late October 2026.
Please note: this timetable is indicative and subject to change. It has been issued to all suppliers at the same time. Any amendments will be published via an updated UK3 notice. The dates set out in the UK4 Tender Notice will take precedence.
Further Market Engagement
The Authority intends to publish a recorded launch video in the coming weeks. The video will summarise recent market engagement findings, provide an indicative pipeline of potential opportunities under the framework, and outline the proposed framework structure.
The recording is provided for information only and will not form part of any future procurement documentation. All requirements, scope and opportunities will be confirmed through the UK4 Tender Notice and accompanying ITT pack.
Notice Status and Disclaimer
This Planned Procurement Notice is issued to provide advance market visibility only. It is not a call for competition, an invitation to tender, or a commitment to proceed with a procurement. The information contained in this notice is indicative and subject to change. The Authority reserves the right to amend, revise, or withdraw any aspect of a future procurement in line with service requirements, the Procurement Act 2023, and applicable government policy.
Market participation
The Authority anticipates that the framework will be suitable for participation by:
• small and medium-sized enterprises (SMEs);
• voluntary, community and social enterprises (VCSEs).
Consortia and subcontracting arrangements are expected to be permitted, subject to conditions of participation.
Engagement Process Description
If your organisation is interested in this activity, please register on MoJ's e-procurement portal (Jaggaer) with the below link:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html?_ncp=1725550280086.1484537-1
Please then search for PQQ_448 to and respond to the survey to register your interest in future market engagement.
Once the completed survey has been received, the Authority may be in touch via the Jaggaer portal with further information, questions or details of further engagement events. If there are any issues with completing the form, then please email: AccommodationCommercial@justice.gov.uk.
Commercial tool
Establishes an open framework
Total value (estimated)
- £2,000,000,000 excluding VAT
- £2,400,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 October 2026 to 25 October 2034
- 8 years
Main procurement category
Services
CPV classifications
- 75231240 - Probation services
- 98000000 - Other community, social and personal services
- 85311000 - Social work services with accommodation
- 75231200 - Services related to the detention or rehabilitation of criminals
Framework
Maximum number of suppliers
Unlimited
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
28 April 2026
Enquiry deadline
20 May 2026, 11:59pm
Tender submission deadline
11 June 2026, 11:59pm
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 October 2026
Procedure
Procedure type
Open procedure
Special regime
Light touch
Contracting authority
Ministry of Justice
- Public Procurement Organisation Number: PDNN-2773-HVYN
102 Petty France
London
SW1H 9AJ
United Kingdom
Contact name: Sophie Hopkins
Email: AccommodationCommercial@justice.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement
Region: UKI32 - Westminster
Organisation type: Public authority - central government