Notice Information
Notice Title
Community Accommodation Service - Tier 3
Notice Description
The Ministry of Justice (MoJ) as the contracting authority intends to commission ten (10) contracts to provide the 'Community Accommodation Service - Tier 3' ("CAS-3") service in five 'Probation Regions'. The Regions (represented by lots) are: North East, West Midlands, East Midlands, South Central, South West and London. The London procurement will have 5 sub-lots to reflect the size of the market the London sub-lots will be broken down as follows: London SW -: Richmond, Wandsworth, Croydon, Sutton, Merton, Kingston London SE: Lambeth, Southwark, Lewisham, Greenwich, Bexley, Bromley London NW: West: Brent, Ealing, Hammersmith & Fulham, Kensington & Chelsea, Hillingdon, Harrow, Hounslow London NE: City of London, Hackney, Newham, Tower Hamlets, Waltham Forest, Redbridge, Havering, Barking & Dagenham London North Central: Westminster, Camden, Islington, Enfield, Barnet, Haringey . The successful Suppliers will provide (either themselves or through a supply chain) accommodation to a Person on Probation ("POP") 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). Suppliers will be expected to meet the Specification for the Region(s) in which they are bidding, which is tailored to reflect specific locations and volumes, volumes may vary throughout the life of the contract depending on demand for the service in each region. The successful suppliers shall provide accommodation to a referred POP from the first night of release for up to 84 days and provide individualised pastoral, floating support to each POP to support them in maintaining the accommodation as well as helping the POP move-on into settled accommodation.
Lot Information
CAS3 Community Accommodation services National Roll out
CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates POPs 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 approximate number of POPs the successful Supplier(s) for each lot will accommodate each month are (NB these figures comprise sub-regional requirements): 1. North East:99 2. West Midlands:198 3. East Midlands:270 4. South Central:147 5. South West:189 6. London South West:43 7. London South East:129 8. London North West:79 9. London North East:110 10. London North Central:80 These numbers are 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 1 weekly contact and 2 visits/month (1 hour each visit). The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Probation Practitioner 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 of four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required). 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.
Renewal: Possibly 2 year extension after 3 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-033a40
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013218-2022
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
98 - Other community, social and personal services
-
- CPV Codes
75231240 - Probation services
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- £287,000,000 £100M-£1B
- Lots Value
- £287,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 May 20223 years ago
- Submission Deadline
- 8 Jun 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Not specified
- Contact Email
- natalie.newman1@justice.gov.uk
- Contact Phone
- +44 02033343555
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-033a40-2022-05-18T07:27:32+01:00",
"date": "2022-05-18T07:27:32+01:00",
"ocid": "ocds-h6vhtk-033a40",
"description": "The indicative contract commencement date is currently planned for End December 2022/early January 2023 (\"Commencement Date\") and the Supplier's obligations will run from that Commencement Date. Mobilisation of the service will start around that Commencement Date with an expectation of properties to be available straight away and ramped up thereafter. The TED reference for the Prior Information Notice for this tender is 000136-2022. The Contracts Finder reference for the Early Engagement Notice for this tender is: tender_000136-2022. 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_7821. ITT Reference is: [TBD] 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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-033a40",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Community Accommodation Service - Tier 3",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
},
"mainProcurementCategory": "services",
"description": "The Ministry of Justice (MoJ) as the contracting authority intends to commission ten (10) contracts to provide the 'Community Accommodation Service - Tier 3' (\"CAS-3\") service in five 'Probation Regions'. The Regions (represented by lots) are: North East, West Midlands, East Midlands, South Central, South West and London. The London procurement will have 5 sub-lots to reflect the size of the market the London sub-lots will be broken down as follows: London SW -: Richmond, Wandsworth, Croydon, Sutton, Merton, Kingston London SE: Lambeth, Southwark, Lewisham, Greenwich, Bexley, Bromley London NW: West: Brent, Ealing, Hammersmith & Fulham, Kensington & Chelsea, Hillingdon, Harrow, Hounslow London NE: City of London, Hackney, Newham, Tower Hamlets, Waltham Forest, Redbridge, Havering, Barking & Dagenham London North Central: Westminster, Camden, Islington, Enfield, Barnet, Haringey . The successful Suppliers will provide (either themselves or through a supply chain) accommodation to a Person on Probation (\"POP\") 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). Suppliers will be expected to meet the Specification for the Region(s) in which they are bidding, which is tailored to reflect specific locations and volumes, volumes may vary throughout the life of the contract depending on demand for the service in each region. The successful suppliers shall provide accommodation to a referred POP from the first night of release for up to 84 days and provide individualised pastoral, floating support to each POP to support them in maintaining the accommodation as well as helping the POP move-on into settled accommodation.",
"value": {
"amount": 287000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 10,
"awardCriteriaDetails": "The authority requests that the supplier states their demand capacity and preferences when bidding on more than one lot"
},
"lots": [
{
"id": "10",
"title": "CAS3 Community Accommodation services National Roll out",
"description": "CAS-3 is a new service for the Authority. The successful Suppliers will provide a delivery model that meets the specification and accommodates POPs 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 approximate number of POPs the successful Supplier(s) for each lot will accommodate each month are (NB these figures comprise sub-regional requirements): 1. North East:99 2. West Midlands:198 3. East Midlands:270 4. South Central:147 5. South West:189 6. London South West:43 7. London South East:129 8. London North West:79 9. London North East:110 10. London North Central:80 These numbers are 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 1 weekly contact and 2 visits/month (1 hour each visit). The focus of the Support is to assist the Prison Leaver to manage their temporary accommodation and to assist the Community Probation Practitioner 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 of four (4) Bed Spaces. Each Accommodation unit shall be dedicated to single gender usage (i.e. men or women or transgender (as required). 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.",
"value": {
"amount": 287000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-12-20T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Possibly 2 year extension after 3 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75231240",
"description": "Probation services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "10"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Information on expected performance conditions is provided for information only and is contained within the target operating model."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-06-08T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-06-23T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-06-23T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-6365",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "natalie.newman1@justice.gov.uk",
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-6365",
"name": "Ministry of Justice"
},
"language": "en"
}