Tender

Community Accommodation Service - Tier 3

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2023/S 000-023492

Procurement identifier (OCID): ocds-h6vhtk-03a552

Published 10 August 2023, 7:28pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Rachael Dennis

Email

rachael.dennis@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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Community Accommodation Service – Tier 3 (CAS3) provides an opportunity to enable prison leavers who would otherwise be homeless to escape the vicious cycle of reoffending by providing up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes floating support to assist with the maintenance of the transitional accommodation. CAS3 provides a pathway to settled accommodation and acts as an enabler to wider strategic outcomes by giving people on probation greater stability as they engage in treatment, fulfil their wider licence conditions, improve their opportunities for employment and help the economy grow.  

two.1.5) Estimated total value

Value excluding VAT: £152,800,000

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

CAS3 Community Accommodation Service Lot No: 1 - East of England

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

East of England

two.2.4) Description of the procurement

This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.  

This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are: 

Lot 1 East of England – 227 

Lot 2 Yorkshire and the Humber – 216 

Lot 3 North West – 183 

Lot 4 Kent, Surrey and Sussex – 122 

The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024. 

The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces. 

Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding. 

This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply. 

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: £37,000,000

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

Start date

24 June 2024

End date

23 December 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 2 x 12 month

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) Description

two.2.1) Title

CAS3 Community Accommodation Service Lot No: 2 Yorkshire and the Humber

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.  

This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are: 

Lot 1 East of England – 227 

Lot 2 Yorkshire and the Humber – 216 

Lot 3 North West – 183 

Lot 4 Kent, Surrey and Sussex – 122 

The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024. 

The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces. 

Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding. 

This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply. 

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: £50,300,000

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

Start date

24 June 2024

End date

23 December 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 2 x 12 month

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) Description

two.2.1) Title

CAS3 Community Accommodation Service Lot No: 3 North West

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.  

This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bedspaces. This tender aims to re-procure the provision at a total of 748 bedspaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are: 

 Lot 1 East of England – 227 

Lot 2 Yorkshire and the Humber – 216 

Lot 3 North West – 183 

Lot 4 Kent, Surrey and Sussex – 122 

The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024. 

The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces. 

Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding. 

This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply. 

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: £47,300,000

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

Start date

24 June 2024

End date

23 December 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 2 x 12 month

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) Description

two.2.1) Title

CAS3 Community Accommodation Service Lot No: 4 Kent, Surrey and Sussex

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ4 - Kent

two.2.4) Description of the procurement

This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.  

This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are: 

Lot 1 East of England – 227 

Lot 2 Yorkshire and the Humber – 216 

Lot 3 North West – 183 

Lot 4 Kent, Surrey and Sussex – 122 

The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024. 

The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces. 

Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding. 

This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply. 

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: £18,200,000

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

Start date

24 June 2024

End date

23 December 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 2 x 12 month

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

Please refer to the terms of the contract

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-004416

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 September 2023

Local time

12:00pm

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: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The indicative contract commencement date is currently planned for 24th June 2024 ("Commencement Date") and the Supplier's obligations will run from that Commencement Date. Mobilisation of the service will start on the Commencement Date with an expectation of properties to be available straight away and ramped up thereafter as detailed in the Service Specification.

The reference for the Prior Information Notice for this tender is 2023/S 000-004416.

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_10015. The invitation to tender reference for each Lot is:

Lot 1 East of England – ITT 7545

Lot 2 Yorkshire and the Humber – ITT 7541

Lot 3 North West – ITT 7544

Lot 4 Kent, Surrey and Sussex – ITT 7543

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.  

Bidders should be aware of the Government Security Classifications (GSC) scheme since the protective marking and applicable protection of any material passed to, or generated by, Bidders during the procurement or pursuant to a Contract awarded as a result of the procurement will be subject to the GSC. The link below to the Gov.uk website provides information on the GSC:

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

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom