Tender

Independent Approved Premises - Phase Two (Probation Service Regions provided in description)

MINISTRY OF JUSTICE

This public procurement record has 2 releases in its history.

TenderUpdate

10 Jul 2024 at 14:04

Tender

14 Jun 2024 at 07:39

Summary of the contracting process

The Ministry of Justice is looking to commission contracts for Independent Approved Premises in several probation service regions. The service involves accommodating and managing high-risk individuals serving community sentences or upon release from custody. The two-stage awarding approach includes multiple contracts for individual properties within specific bed space ranges. Contracts are scheduled to start in May 2025, with a contract end date of March 2030, extendable up to March 2031. The Ministry of Justice will oversee this procurement process.

This tender provides opportunities for businesses to participate in providing critical community-based services for individuals in need of rehabilitation and reintegration into society. Businesses involved in accommodation services, probation services, and rehabilitation services are suitable candidates to compete for these contracts. The Ministry of Justice aims to enhance community services and reduce recidivism through these planned contract awards.

How relevant is this notice?

Notice Information

Notice Title

Independent Approved Premises - Phase Two (Probation Service Regions provided in description)

Notice Description

The Ministry of Justice (MoJ) as the contracting authority intends to commission at least 4 contracts to provide Independent Approved Premise (IAP) across located in the North East, Yorkshire and the Humber, East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Service Regions. Approved Premises (APs) provide a critical community-based service to accommodate and manage high risk individuals serving community sentences and on release from custody. Provision of accommodation on release is a key factor in reducing reoffending and supporting transition into the community whilst reducing the need for prison places. Independent Approved Premises (IAPs) are run by independent contracted organisations. The Authority will take a two-staged approach to awarding contracts across both Lots. Tenders will be awarded for individual properties, which must fall within the 15-35 bed spaces range. In Lot 1, the Authority will award multiple contracts (in order of ranking within that Lot) until 2 properties for Males and 1 property for Females is awarded. Concurrently, in Lot 2, the Authority will award a single tender for a Female property. The Authority will then rank the remaining Tenders from both Lots / regions together and award further contracts to the best ranked Tenders up to the Funding Envelope has been used. The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation. The contract end date will be the 31st March 2030, with the option for the Authority to extend on the same terms for a further period of up to 12 months to 31st March 2031.

Lot Information

North East and Yorkshire & the Humber Probation Regions

North East and Yorkshire & the Humber Probation Regions Full details provided in the ITT. Additional information: The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.

Renewal: Possible 1 year extension.

East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions

East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions. Full details provided in ITT. Additional information: The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation. The Contract Commencement date will be 1st April 2026.

Renewal: Possible 1 year extension.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-046fdf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021105-2024
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

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

75231200 - Services related to the detention or rehabilitation of criminals

75231240 - Probation services

85312500 - Rehabilitation services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£30,670,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20241 years ago
Submission Deadline
7 Aug 2024Expired
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
iaps-bsc@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-046fdf-2024-07-10T15:04:27+01:00",
    "date": "2024-07-10T15:04:27+01:00",
    "ocid": "ocds-h6vhtk-046fdf",
    "description": "Bidders should note that the Procurement relates to services that fall under the 'Light Touch Regime' of the Regulations, regulations 74 to 77. The Authority is managing this Procurement in accordance with its general obligations and specifically as they apply to the Light Touch Regime. The Contracting Authority is following a process similar to the Open Procedure set out in the Regulations. No statements, acts or omissions of the Authority in connection with this Procurement should be taken as indicating that the Authority intends to be bound by the provisions of the Regulations to any greater extent than applies by law. 1. REGISTRATION The Ministry of Justice will be performing events through its e-Sourcing Portal. The e-Sourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). 2. TRANSPARENCY HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding PS10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published. The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published. Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf The prescribed grounds for redaction are: (a) national security (b) personal data (c) information protected by intellectual property law; (d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000) (e) third party confidential information (f) IT security; or (g) prevention of fraud 3. GOVERNMENT SECURITY CLASSIFICATION From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC: https://www.gov.uk/government/publications/government-security-classifications In addition, if at the time of the Contract Notice there is committed expenditure, this could be separately indicated in the additional information.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-046fdf",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Independent Approved Premises - Phase Two (Probation Service Regions provided in description)",
        "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 at least 4 contracts to provide Independent Approved Premise (IAP) across located in the North East, Yorkshire and the Humber, East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Service Regions. Approved Premises (APs) provide a critical community-based service to accommodate and manage high risk individuals serving community sentences and on release from custody. Provision of accommodation on release is a key factor in reducing reoffending and supporting transition into the community whilst reducing the need for prison places. Independent Approved Premises (IAPs) are run by independent contracted organisations. The Authority will take a two-staged approach to awarding contracts across both Lots. Tenders will be awarded for individual properties, which must fall within the 15-35 bed spaces range. In Lot 1, the Authority will award multiple contracts (in order of ranking within that Lot) until 2 properties for Males and 1 property for Females is awarded. Concurrently, in Lot 2, the Authority will award a single tender for a Female property. The Authority will then rank the remaining Tenders from both Lots / regions together and award further contracts to the best ranked Tenders up to the Funding Envelope has been used. The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation. The contract end date will be the 31st March 2030, with the option for the Authority to extend on the same terms for a further period of up to 12 months to 31st March 2031.",
        "value": {
            "amount": 30670000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "North East and Yorkshire & the Humber Probation Regions",
                "description": "North East and Yorkshire & the Humber Probation Regions Full details provided in the ITT. Additional information: The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation.",
                "contractPeriod": {
                    "endDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible 1 year extension."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions",
                "description": "East Midlands, Wales, West Midlands, East of England, South West, South Central and Kent Surrey & Sussex Probation Regions. Full details provided in ITT. Additional information: The earliest Contract Start Date will be from May 2025 subject to the fulfilment of any applicable conditions precedent. The contract Commencement Date will be 1st April 2026 following a period of mobilisation. The Contract Commencement date will be 1st April 2026.",
                "contractPeriod": {
                    "endDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible 1 year extension."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231200",
                        "description": "Services related to the detention or rehabilitation of criminals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75231240",
                        "description": "Probation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312500",
                        "description": "Rehabilitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231200",
                        "description": "Services related to the detention or rehabilitation of criminals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75231240",
                        "description": "Probation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85312500",
                        "description": "Rehabilitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection Criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Information on expected performance conditions is provided within the procurement documents"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-08-07T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-07T17:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-07T17:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Ministry of Justice will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Appeals and challenges should be communicated through the Ministry of Justice e-Sourcing portal.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Date 7 August 2024 Local time 5:00pm"
                        },
                        "newValue": {
                            "text": "Date 14 August 2024 Local time 5:00pm"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ]
            }
        ]
    },
    "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": "iaps-bsc@justice.gov.uk",
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-116120",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H9AJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}