Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Rachael Dennis
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