Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-023492/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France
Town: London
Postal code: SW1H 9AJ
Country: United Kingdom
Contact Person: Rachael Dennis
Telephone: +44 02033343555
Email: rachael.dennis@justice.gov.uk
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Community Accommodation Service – Tier 3
II.1.2) Main CPV code: 98000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Community Accommodation Service – Tier 3 (CAS3) provides an opportunity to enable prison leavers who would otherwise be homeless to escape the vicious cycle of reoffending by providing up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes floating support to assist with the maintenance of the transitional accommodation. CAS3 provides a pathway to settled accommodation and acts as an enabler to wider strategic outcomes by giving people on probation greater stability as they engage in treatment, fulfil their wider licence conditions, improve their opportunities for employment and help the economy grow.
II.1.5) Estimated total value:
Value excluding VAT: 152800000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: CAS3 Community Accommodation Service Lot No: 1 – East of England
Lot No:Lot 1
II.2.2) Additional CPV code(s)
98000000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
East of England
II.2.4) Description of the procurement:
This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.
This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are:
Lot 1 East of England – 227
Lot 2 Yorkshire and the Humber – 216
Lot 3 North West – 183
Lot 4 Kent, Surrey and Sussex – 122
The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024.
The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces.
Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding.
This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 37000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-06-24End: 2027-12-23
This contract is subject to renewalyes Description of renewals:Option to extend for up to 2 x 12 month
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: CAS3 Community Accommodation Service Lot No: 2 Yorkshire and the Humber
Lot No:Lot 2
II.2.2) Additional CPV code(s)
98000000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.
This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are:
Lot 1 East of England – 227
Lot 2 Yorkshire and the Humber – 216
Lot 3 North West – 183
Lot 4 Kent, Surrey and Sussex – 122
The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024.
The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces.
Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding.
This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 50300000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-06-24End: 2027-12-23
This contract is subject to renewalyes Description of renewals:Option to extend for up to 2 x 12 month
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: CAS3 Community Accommodation Service Lot No: 3 North West
Lot No:Lot 3
II.2.2) Additional CPV code(s)
98000000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.
This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bedspaces. This tender aims to re-procure the provision at a total of 748 bedspaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are:
Lot 1 East of England – 227
Lot 2 Yorkshire and the Humber – 216
Lot 3 North West – 183
Lot 4 Kent, Surrey and Sussex – 122
The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024.
The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces.
Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding.
This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 47300000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-06-24End: 2027-12-23
This contract is subject to renewalyes Description of renewals:Option to extend for up to 2 x 12 month
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: CAS3 Community Accommodation Service Lot No: 4 Kent, Surrey and Sussex
Lot No:Lot 4
II.2.2) Additional CPV code(s)
98000000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This contract notice is in relation to the re-procurement of the Community Accommodation Service Tier 3 (CAS3), which provides up to 84 nights transitional accommodation on release from prison, or when moving on from CAS1 (Approved Premises) and CAS2 (Home Detention Curfew or Bail Accommodation) provisions. The service includes support to assist with the maintenance of the transitional accommodation.
This re-procurement is for four of the Early Adopter Probation regions. The current provision across the four contracted regions is a total of 932 bed spaces. This tender aims to re-procure the provision at a total of 748 bed spaces from June 2024 across four Lots with flexibility to increase provision volumes to optimise the capacity of the CAS3 by up to 25% of the bed spaces wherever possible. The required initial bed spaces within each Lot are:
Lot 1 East of England – 227
Lot 2 Yorkshire and the Humber – 216
Lot 3 North West – 183
Lot 4 Kent, Surrey and Sussex – 122
The Authority intends to award contracts end April 2024 with a commencement date of 24th June 2024.
The contract term is 3.5 years with the option to extend by up to 2 x 12 months. The contract term includes a 6 month mobilisation period from June 2024 to December 2024, to allow for a gradual build-up of bed spaces.
Suppliers will be expected to meet the Specification for each of the Lot(s) / Region(s) in which they are bidding.
This service is being procured on the basis that the Transfer of Undertakings (Protection of Employment) Regulations 2014 may apply.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 18200000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2024-06-24End: 2027-12-23
This contract is subject to renewalyes Description of renewals:Option to extend for up to 2 x 12 month
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Please refer to the terms of the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2023/S 000-004416
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-09-14 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:9(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-09-14 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
VI.3) Additional information:
The indicative contract commencement date is currently planned for 24th June 2024 (“Commencement Date”) and the Supplier’s obligations will run from that Commencement Date. Mobilisation of the service will start on the Commencement Date with an expectation of properties to be available straight away and ramped up thereafter as detailed in the Service Specification.
The reference for the Prior Information Notice for this tender is 2023/S 000-004416.
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_10015. The invitation to tender reference for each Lot is:
Lot 1 East of England – ITT 7545
Lot 2 Yorkshire and the Humber – ITT 7541
Lot 3 North West – ITT 7544
Lot 4 Kent, Surrey and Sussex – ITT 7543
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.
Bidders should be aware of the Government Security Classifications (GSC) scheme since the protective marking and applicable protection of any material passed to, or generated by, Bidders during the procurement or pursuant to a Contract awarded as a result of the procurement will be subject to the GSC. The link below to the Gov.uk website provides information on the GSC:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-08-10