Planning

Community Accommodation Services - Tier 3: Prior Information Notice

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Planning

05 Feb 2021 at 17:03

Summary of the contracting process

The Ministry of Justice is initiating a procurement process for Community Accommodation Services - Tier 3 through a Prior Information Notice, aimed at pre-market engagement to refine service requirements. This procurement falls under the social work services with accommodation category, specifically targeting regions including East of England, Yorkshire and the Humber, North West, Greater Manchester, Kent, Surrey and Sussex. A key milestone in this planning stage is the engagement end date set for 12th February 2021, with an online event scheduled on the same day to discuss the project in detail, allowing potential suppliers to provide feedback and insights.

This tender presents significant opportunities for businesses specialising in accommodation services, support services, and accommodation brokering, particularly those that can deliver low-level support tailored to individuals at risk of homelessness. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are particularly encouraged to participate, given the Ministry of Justice's interest in fostering social value through their contracts. Companies capable of ensuring immediate accommodation and individualised support for service users can play a crucial role in this initiative, thereby contributing positively to community welfare while expanding their service reach across the affected regions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Community Accommodation Services - Tier 3: Prior Information Notice

Notice Description

The MoJ wish to conduct early engagement with the market to further shape its requirements and assess the viability of the market delivering the provision of Community Accommodation Services - Tier 3 ("CAS-3"). This is a call to the market ahead of an upcoming competition with no commitment to tender at this time. The CAS-3 project is intended to provide accommodation to Service Users ("SU") 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). The provision of accommodation for an individual SU is intended to be up to 84 days, providing provision from the first night of release. It is intended that the Supplier(s) will work with the SUs Community Offender Manager ("COM") to provide individualised low-level support to each SU to support them in maintaining the accommodation as well as helping the SU move-on into settled accommodation. The Probation regions in scope for CAS-3 are: East of England, Yorkshire and the Humber, North West, Greater Manchester, Kent, Surrey and Sussex. Funding has been allocated to support enrolment up to 31 March 2022, meaning that an individual could be accommodated up to 23 June 2022. Provision extending beyond this will be dependent on further funding agreements. This call to the market is to: i) understand the capacity and appetite of the market to deliver the various elements of this service, ii) understand regional disparities which may affect the delivery of the service, and iii) receive feedback about any key operational considerations. The MoJ will hold an online event going into further detail on the requirement on 11 February 2021. To register for this event, please email: CommunityRASS@justice.gov.uk. Suppliers will also be requested to complete a questionnaire. Additional information: The CAS-3 project is intended to provide accommodation to SUs at risk of being homeless upon being: i) released from prison, ii) moved-on from an Approved Premises (CAS-1), or iii) moved-on following a period at a Bail Accommodation and Support Service (BASS) residence (CAS-2). The project is anticipated to be launched in five probation regions. There are three types of service that the MoJ welcomes information from suppliers about delivering either itself or in partnership with other suppliers: i) accommodation from the supplier directly, ii) accommodation brokering services ('letting agent' services), and iii) support services. The MoJ anticipates potential suppliers being able to accommodate each SU referred to them from the first night of release for up to 84 days per SU. However, this does not necessarily need to be the same placement for the full 12 weeks from night one. The 'Vanguard' regions in scope for CAS-3 are: East of England, Yorkshire and the Humber, North West, Greater Manchester, Kent, Surrey and Sussex. The amount of SUs to be accommodated in each region range between 45 and 85 per month over 9 months. The MoJ anticipates potential suppliers being able to guarantee enough accommodation available in the region(s) where they are delivering a service. Accordingly, The MoJ welcomes input from suppliers as to their capacity to deliver in and across these regions either entirely, in partnership with other providers, or under contracts with multiple providers. The MoJ is also interested in the market's views about the existence of and solutions to regional disparities in accommodation provision. It is intended that the Supplier(s) will work with the SUs Community Offender Manager ("COM") to provide individualised low-level support to each SU to support them in maintaining the accommodation as well as helping the SU move-on into settled accommodation. SUs will be referred and managed by Probation COMs and suppliers will be expected to work closely with COMs to deliver the service. The MoJ welcomes feedback from the market about how the types of commercial arrangements it is willing to bear. In particular, it welcomes feedback about referral, booking, pay, and performance mechanisms. We are interested in suppliers informing us as to how potential suppliers can deliver Social Value in the performance of the contract. Examples include: Creating UK jobs, paying a living wage to employees and improving gender pay balance, supporting young people into apprenticeships, maximising equality & inclusion in the provision & operation of services, monitoring labour standards through the supply chain, and having effective & improved environmental performance. It is yet to be decided how this provision shall be competed by the MoJ and feedback from the market will influence this decision. The MoJ will hold an online event going into further detail on the requirement on 11 February 2021.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-11402fc3-921a-4af9-a452-d92dd49eb830
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/be82278c-e353-4e33-986f-1b0ce1c0030d
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

85311000 - Social work services with accommodation

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20215 years ago
Submission Deadline
Not specified
Future Notice Date
12 Feb 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLD North West (England), TLE Yorkshire and The Humber, TLJ South East (England)

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-11402fc3-921a-4af9-a452-d92dd49eb830-2021-02-05T17:03:30Z",
    "date": "2021-02-05T17:03:30Z",
    "ocid": "ocds-b5fd17-11402fc3-921a-4af9-a452-d92dd49eb830",
    "language": "en",
    "initiationType": "tender",
    "title": "Community Accommodation Services - Tier 3: Prior Information Notice",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2021-02-12T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/be82278c-e353-4e33-986f-1b0ce1c0030d",
                "datePublished": "2021-02-05T17:03:30Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_264344/923453",
        "title": "Community Accommodation Services - Tier 3: Prior Information Notice",
        "description": "The MoJ wish to conduct early engagement with the market to further shape its requirements and assess the viability of the market delivering the provision of Community Accommodation Services - Tier 3 (\"CAS-3\"). This is a call to the market ahead of an upcoming competition with no commitment to tender at this time. The CAS-3 project is intended to provide accommodation to Service Users (\"SU\") 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). The provision of accommodation for an individual SU is intended to be up to 84 days, providing provision from the first night of release. It is intended that the Supplier(s) will work with the SUs Community Offender Manager (\"COM\") to provide individualised low-level support to each SU to support them in maintaining the accommodation as well as helping the SU move-on into settled accommodation. The Probation regions in scope for CAS-3 are: East of England, Yorkshire and the Humber, North West, Greater Manchester, Kent, Surrey and Sussex. Funding has been allocated to support enrolment up to 31 March 2022, meaning that an individual could be accommodated up to 23 June 2022. Provision extending beyond this will be dependent on further funding agreements. This call to the market is to: i) understand the capacity and appetite of the market to deliver the various elements of this service, ii) understand regional disparities which may affect the delivery of the service, and iii) receive feedback about any key operational considerations. The MoJ will hold an online event going into further detail on the requirement on 11 February 2021. To register for this event, please email: CommunityRASS@justice.gov.uk. Suppliers will also be requested to complete a questionnaire. Additional information: The CAS-3 project is intended to provide accommodation to SUs at risk of being homeless upon being: i) released from prison, ii) moved-on from an Approved Premises (CAS-1), or iii) moved-on following a period at a Bail Accommodation and Support Service (BASS) residence (CAS-2). The project is anticipated to be launched in five probation regions. There are three types of service that the MoJ welcomes information from suppliers about delivering either itself or in partnership with other suppliers: i) accommodation from the supplier directly, ii) accommodation brokering services ('letting agent' services), and iii) support services. The MoJ anticipates potential suppliers being able to accommodate each SU referred to them from the first night of release for up to 84 days per SU. However, this does not necessarily need to be the same placement for the full 12 weeks from night one. The 'Vanguard' regions in scope for CAS-3 are: East of England, Yorkshire and the Humber, North West, Greater Manchester, Kent, Surrey and Sussex. The amount of SUs to be accommodated in each region range between 45 and 85 per month over 9 months. The MoJ anticipates potential suppliers being able to guarantee enough accommodation available in the region(s) where they are delivering a service. Accordingly, The MoJ welcomes input from suppliers as to their capacity to deliver in and across these regions either entirely, in partnership with other providers, or under contracts with multiple providers. The MoJ is also interested in the market's views about the existence of and solutions to regional disparities in accommodation provision. It is intended that the Supplier(s) will work with the SUs Community Offender Manager (\"COM\") to provide individualised low-level support to each SU to support them in maintaining the accommodation as well as helping the SU move-on into settled accommodation. SUs will be referred and managed by Probation COMs and suppliers will be expected to work closely with COMs to deliver the service. The MoJ welcomes feedback from the market about how the types of commercial arrangements it is willing to bear. In particular, it welcomes feedback about referral, booking, pay, and performance mechanisms. We are interested in suppliers informing us as to how potential suppliers can deliver Social Value in the performance of the contract. Examples include: Creating UK jobs, paying a living wage to employees and improving gender pay balance, supporting young people into apprenticeships, maximising equality & inclusion in the provision & operation of services, monitoring labour standards through the supply chain, and having effective & improved environmental performance. It is yet to be decided how this provision shall be competed by the MoJ and feedback from the market will influence this decision. The MoJ will hold an online event going into further detail on the requirement on 11 February 2021.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "85311000",
            "description": "Social work services with accommodation"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "98000000",
                "description": "Other community, social and personal services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-CFS-39199",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "CommunityRASS@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-39199",
        "name": "Ministry of Justice."
    }
}