Tender

Community Accommodation Service - Tier 3

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

18 May 2022 at 06:27

Summary of the contracting process

The Ministry of Justice (MoJ) is currently in the active tender stage for the "Community Accommodation Service - Tier 3" (CAS-3), which aims to commission ten contracts across five Probation Regions, including London. The indicative commencement date for this service is planned for the end of December 2022 or early January 2023, with the contract period starting from December 20, 2022. Interested suppliers must submit their proposals by June 8, 2022, through an open procurement method, allowing for electronic and written submissions. A total value of £287 million has been allocated for these services, focusing on providing accommodation for individuals on probation at risk of homelessness.

This tender presents significant opportunities for businesses involved in social care, housing, and support services. Companies that can deliver accommodation solutions tailored for individuals transitioning from incarceration would be particularly well-suited to compete. The successful bidders will need to offer specialised support services and flexibility in accommodating a variable number of individuals across diverse locations, providing an avenue for growth in a socially impactful area. As the demand for such services is expected to fluctuate, businesses with the capacity to adapt to changing requirements will find favourable conditions to thrive in this sector.

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 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

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

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

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-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"
}