Tender

Provision of Community Accommodation Services - Tier 3: Lot 4 - Kent, Surrey, and Sussex Region

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Tender

07 Apr 2021 at 17:12

Summary of the contracting process

The Ministry of Justice is currently seeking suppliers for the "Provision of Community Accommodation Services - Tier 3: Lot 4" in the Kent, Surrey, and Sussex Region, as part of their plan to support Persons on Probation (POP). This open procurement process is at the tender stage, with submissions due by 14th May 2021. The successful bidders will be responsible for providing accommodation for approximately 50 POPs each month for up to 84 nights and additional support services. The overall contract value is estimated between £1,900,000 and £2,400,000. The contract period is expected to run from 12th July 2021 to 23rd June 2022.

This tender presents a significant opportunity for businesses in the accommodation and support services sectors, particularly those focusing on social work and housing solutions. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are encouraged to compete. The requirement for a range of accommodation types, including single-gender facilities, aligns with the demand for tailored services, making this a valuable opportunity for businesses with experience in providing vulnerable housing support and advocacy.

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

Provision of Community Accommodation Services - Tier 3: Lot 4 - Kent, Surrey, and Sussex Region

Notice Description

CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation ("POP") referred to them by the Probation Homelessness Prevention Team ("HPT") for a period of up to 84 nights. Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the Kent, Surrey, and Sussex Region lot will accommodate approximately 50 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information. The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning. The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis. As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19. The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process. Additional information: Due to sensitive information contained in the ITT Documents, access to the ITT is on an 'Invitation-Only' basis. Please request a Non-Disclosure Agreement from the following email address: thomas.phillips@justice.gov.uk. Please return the completed NDA to the same email address to be invited to the ITT. Link to PIN for this Competition: https://www.contractsfinder.service.gov.uk/notice/3028b8f6-b042-4b3b-b79e-ebe24d9926a0?origin=SearchResults&p=1

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-117e3d55-fb13-4008-a6c7-e7a7031c29cb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/080b5a19-2080-461a-9179-56130eab74d8
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85311000 - Social work services with accommodation

Notice Value(s)

Tender Value
£2,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 20214 years ago
Submission Deadline
14 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
11 Jul 2021 - 23 Jun 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE.
Contact Name
Thomas Phillips
Contact Email
thomas.phillips@justice.gov.uk
Contact Phone
Not specified

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
TLJ South East (England)

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

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-b5fd17-117e3d55-fb13-4008-a6c7-e7a7031c29cb-2021-04-07T18:12:33+01:00",
    "date": "2021-04-07T18:12:33+01:00",
    "ocid": "ocds-b5fd17-117e3d55-fb13-4008-a6c7-e7a7031c29cb",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_264344/948521",
        "title": "Provision of Community Accommodation Services - Tier 3: Lot 4 - Kent, Surrey, and Sussex Region",
        "description": "CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates Person(s) on Probation (\"POP\") referred to them by the Probation Homelessness Prevention Team (\"HPT\") for a period of up to 84 nights. Each lot comprises sub-regions that the successful Supplier(s) will source accommodation services for. The successful Supplier(s) for the Kent, Surrey, and Sussex Region lot will accommodate approximately 50 POPs each month (NB this figure comprises sub-regional requirements). This number is indicative and the Authority reserves the right to adjust the number of beds, or the cohort using the beds during the life of the contract based on its demand and forecasting information. The successful Suppliers shall provide Support to a POP residing in the Accommodation. The Support provided by the Supplier must include contact at least once per week. The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Offender Manager and Commissioned Rehabilitation Services provider (Accommodation) (if different) to carry out activities towards moving on into settled accommodation. This support will not be focussed on helping the Prison Leaver to rehabilitate as part of their resettlement planning. The successful Supplier shall offer a range of Accommodation including properties with one (1) Bed Space in self-contained units up to properties with a maximum four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required)). A minimum of 10% of total Bed Spaces must be kept exclusively for females on probation, subject to the approval of the Authority, which may include changing the gender usage depending on demand. The location of the female units to be determined in discussion with the Authority. Female accommodation units should be 1 or 2 bed spaces. For transgender individuals the Authority will liaise with the Supplier in order for their Accommodation to be managed on an individual basis. As a minimum, the Accommodation provided must comply with Decent Home Standards published by the Ministry of Housing, Communities and Local Government, be of a good standard, and is furnished and arranged in compliance with any applicable law, regulation, or guidance concerning COVID-19. The Authority will be hosting a virtual webinar on the week commencing 12 April 2021 to inform potential bidders about the Jaggaer and bidding process. Additional information: Due to sensitive information contained in the ITT Documents, access to the ITT is on an 'Invitation-Only' basis. Please request a Non-Disclosure Agreement from the following email address: thomas.phillips@justice.gov.uk. Please return the completed NDA to the same email address to be invited to the ITT. Link to PIN for this Competition: https://www.contractsfinder.service.gov.uk/notice/3028b8f6-b042-4b3b-b79e-ebe24d9926a0?origin=SearchResults&p=1",
        "datePublished": "2021-04-07T18:12:33+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85311000",
            "description": "Social work services with accommodation"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1900000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-05-14T16:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-07-12T00:00:00+01:00",
            "endDate": "2022-06-23T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/080b5a19-2080-461a-9179-56130eab74d8",
                "datePublished": "2021-04-07T18:12:33+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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": {
                "name": "Thomas Phillips",
                "email": "thomas.phillips@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-39199",
        "name": "Ministry of Justice."
    }
}