CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 044639/S 000-2026
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK4: Tender Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Ministry of Justice
National registration number: PDNN-2773-HVYN

Postal address: 102 Petty France
Town: London
Region: Westminster
Postal code: SW1H 9AJ
Country: United Kingdom

Email: AccommodationCommercial@justice.gov.uk

Internet address

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
via

I.4) Type of the contracting authority
Public authority – central government

II) Object
II.1.1) Title
Provision of Community Accommodation Services
Reference number: prj_14601

II.1.3) Type of contract
Services
Special regime
LightTouch

II.1.4) Short description
This notice invites suppliers to submit tenders for the establishment of an open framework for the provision of Community Accommodation Services (CAS). The framework will be established in accordance with section 49 of the Procurement Act 2023 and will operate as an open framework, allowing suppliers to be admitted at initial establishment and at planned reopening points.
CAS comprises the provision of temporary accommodation and associated support for individuals leaving custody or serving sentences in the community. The services support public protection, offender management and resettlement outcomes, including the prevention of homelessness on release. CAS is not intended to provide settled accommodation or replace the statutory duties of local authorities. It operates as a bridge back into the community, proportionate to the level of risk presented. Accommodation is the core service, with varying levels of support depending on service type.
The light touch open framework agreement is the first in a series of light touch open framework agreements that the Authority intends to award as part of an open framework scheme established pursuant to section 49 of the PA 23.
The open framework scheme will have a maximum overall term of up to 8 years. The indicative term of each light touch open framework within the open framework scheme will therefore be as follows:
1. Light touch open framework one – 2 years with an option to extend up to 1 year (i.e. up to a maximum term of 3 years);
2. Light touch open framework two – 1 year with options to extend in increments of up to 1 year up to a further 3 years (i.e. up to a maximum term of 4 years);
3. Light touch open framework three – 1 year with options to extend in increments of up to 1 year, providing the overall term of the series of light touch open framework agreements does not exceed 8 years.
The Authority will re-open the light touch open framework to the market at fixed points throughout the maximum eight-year term.
When the Authority re-opens the light touch open framework, it will publish a new tender notice, evaluate new applications and if applicable will re-evaluate tenders from those suppliers originally appointed to the initial light touch open framework. New applications made by Tenderers not initially appointed to the light touch open framework will be assessed on the basis of substantially the same award criteria as set out in the ITT.
All lots will follow the same open framework timetable and reopening structure. There are no intended differences in the timing of availability or reopening across the lots. Each lot will, however, operate independently in relation to its scope and the call off contracts that may be awarded under it.
The framework will be structured into the following lots:
• Lot 1: Independent Approved Premises Accommodation and Support
24 hour staffed community residences that provide temporary accommodation and close monitoring for high-risk prison leavers and people on probation.
• Lot 2: Accommodation and Support
Community accommodation and support for individuals leaving custody, released from court on bail, and other cohorts.
• Lot 3: Temporary Accommodation and Floating Support
Short term transitional accommodation for prison leavers at risk of homelessness with a basic floating support service.
• Lot 4: Alternative Community Accommodation with Support Services
Delivery of community accommodation and appropriate support services for individuals within the criminal justice system with alternative service needs.
Call off contracts under each Lot may require services across England and Wales. The geographic scope and structure of each call off will be set out in the relevant call off documents and may vary by region, service type, site, cohort or other operational requirement.
Each lot will operate independently and all suppliers that meet the Conditions of Participation and satisfy the award criteria for the relevant lot may be admitted to the framework. Admission to a lot does not confer exclusivity and does not guarantee the award of any call off contract. Suppliers admitted to a lot will be eligible to compete for call off contracts awarded under that lot.
Call off contracts will ordinarily be awarded through competitive selection processes between suppliers appointed to the relevant lot, in accordance with the Procurement Act 2023. The Authority reserves the right to award a call off contract without further competition where permitted under the Procurement Act 2023 and where the procurement documents set out the applicable circumstances, core terms and objective mechanism for supplier selection. The rules governing framework operation, reopening arrangements, direct award and call off competition procedures will be set out in the procurement documents.
Procedure and conditions of participation
The procurement will be conducted under the light touch regime using an open procedure. Conditions of participation will apply to the framework establishment stage only and will be proportionate to the subject matter of the framework. The Conditions of Participation set out in the procurement documents will provide the benchmark requirements that suppliers must meet to be admitted to the framework. Only suppliers admitted to the framework will be eligible to compete for call off contracts.
Conditions of participation will relate to supplier suitability, legal standing, financial and economic standing, and technical and professional ability. Consortia and subcontracting arrangements will be permitted, subject to the Conditions of Participation.
The estimated maximum value of the framework is £2,000,000,000 (excluding VAT). This represents the potential aggregate value of contracts awarded over the full duration of the framework and does not constitute a commitment to spend. The Authority has attributed the following indicative values to each Lot:
• Lot 1: Independent Approved Premises Accommodation and Support – £347,000,000 (excluding VAT
• Lot 2: Accommodation and Support – £307,000,000 (excluding VAT)
• Lot 3: Temporary Accommodation and Floating Support – £1,244,000,000 (excluding VAT)
• Lot 4: Alternative Community Accommodation with Support Services – £113,000,000 (excluding VAT)
The estimated values attributed to each Lot are indicative only and have been calculated by reference to the Authority’s current expectations of the pipeline of contracts and anticipated service requirements and volumes over the eight year framework term. The estimated Lot values do not represent a cap or financial ceiling on expenditure at Lot level. The financial ceiling applies to the framework in aggregate across all Lots, to allow for changes in need and demand over the framework term. Any volume information provided is for information purposes only, to assist suppliers in understanding the potential value of call off contracts that may be awarded under the framework. No guarantee is given as to the volume or value of contracts awarded under any Lot.
The estimated duration of the framework is from 25 October 2026 to 24 October 2034. Call off contracts may extend beyond the framework expiry date where permitted under the Procurement Act 2023 and the procurement documents.
Tenders will be evaluated against the award criteria set out in the procurement documents for the purpose of determining admission to the open framework. Evaluation at framework establishment stage will assess suppliers’ capability and capacity to deliver the framework services.
Evaluation will be conducted separately for each lot. Suppliers may submit tenders for one lot, more than one lot, or all lots.
Tenders must be submitted electronically in accordance with the instructions set out in the procurement documents.
The indicative procurement timetable is as follows:
• Tender notice published: 8 May 2026
• Supplier clarification deadline: 01 June 2026 at 11:59pm
• Authority response to clarification questions: 5 June 2026
• Tender submission deadline: 12 June 2026 at 1:00pm
• Evaluation and moderation: June and July 2026
• Notification of outcomes and publication of contract award notice: week commencing 5 October 2026
• Framework commencement: late October 2026
The timetable is indicative and may be amended by the Authority in accordance with the Procurement Act 2023 and the procurement documents.
The procurement documents are available electronically via the Ministry of Justice’s sourcing system, Jaggaer, accessible at:

Ref: ITT_10565.
The sourcing system is referred to in this notice as the “Procurement Portal” or the “Portal”. Interested suppliers must be registered on the Portal in order to access the procurement documents, submit clarification questions and submit tenders.
All communication relating to this procurement, including clarification questions and responses, must be conducted through the Portal. The Authority will not respond to enquiries submitted by any other means.
Tenders must be submitted electronically via the Portal by the deadline stated in the procurement documents. Late submissions will not be accepted.
This procurement is conducted in accordance with the Procurement Act 2023 and applicable secondary legislation. Participation does not guarantee admission to the framework or the award of any call off contract. No reimbursement will be made for costs incurred by suppliers in participating in the procurement.

II.1.5) Estimated Total Value
Value (including VAT)
2,400,000,000
Value (excluding VAT)
2,000,000,000
Currency
GBP

II.1.7) Total value of the procurement
Value (including VAT)
9,600,000,000
Value (excluding VAT)
8,000,000,000
Currency
GBP

II.2) Description
II.2.1) Title
Independent Approved Premises: Accommodation and Support
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
75231200
75231240
85311000
98000000

II.2.3) Place of performance
NUTS code
UKC – NORTH EAST (ENGLAND)
UKD – NORTH WEST (ENGLAND)
UKF – EAST MIDLANDS (ENGLAND)
UKG – WEST MIDLANDS (ENGLAND)
UKH – EAST OF ENGLAND
UKJ – SOUTH EAST (ENGLAND)
UKK – SOUTH WEST (ENGLAND)
UKE – YORKSHIRE AND THE HUMBER
UKI – LONDON
UKL – WALES

II.2.4) Description of the procurement
24 hour staffed community residences that provide temporary accommodation and close monitoring for high-risk prison leavers and people on probation.

II.2.5) Award Criteria
Quality
Name: Quality
Weighting: 100

II.2.6) Estimated Value
Value (excluding VAT)
2,000,000,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-10-25 00:00
End
2034-10-24 23:59
Duration
8 years

II.2.11) Information about options
Options: Yes
Description of options
The Authority may, in accordance with section 74 and paragraph 5 of Schedule 8 to the Procurement Act 2023, modify the Framework, including the Lot values, where a known risk identified in this notice materialises.
The identified risk is that material changes in Government policy, Authority policy, demand profiles or service volumes, estate requirements or operational delivery requirements may result in additional demand for services and an increased quantity or value of contracts awarded through one or more Lots.
Such risks may jeopardise the satisfactory performance of the Framework or relevant Call-Off Contracts, including by preventing the Authority from meeting its statutory, policy or operational requirements or securing sufficient service capacity to meet demand.
These risks are, by their nature and uncertainty at the time of procurement, not capable of being fully addressed within the Framework at the outset.

II.2) Description
II.2.1) Title
Accommodation and Support
Contract/Lot No
Lot 2

II.2.2) CPV codes
Main CPV codes
75231200
75231240
85311000
98000000

II.2.3) Place of performance
NUTS code
UKC – NORTH EAST (ENGLAND)
UKD – NORTH WEST (ENGLAND)
UKF – EAST MIDLANDS (ENGLAND)
UKG – WEST MIDLANDS (ENGLAND)
UKH – EAST OF ENGLAND
UKJ – SOUTH EAST (ENGLAND)
UKK – SOUTH WEST (ENGLAND)
UKE – YORKSHIRE AND THE HUMBER
UKI – LONDON
UKL – WALES

II.2.4) Description of the procurement
Community accommodation and support for individuals leaving custody, released from court on bail, and other cohorts.

II.2.5) Award Criteria
Quality
Name: Quality
Weighting: 100

II.2.6) Estimated Value
Value (excluding VAT)
2,000,000,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-10-25 00:00
End
2034-10-24 23:59
Duration
8 years

II.2.11) Information about options
Options: Yes
Description of options
The Authority may, in accordance with section 74 and paragraph 5 of Schedule 8 to the Procurement Act 2023, modify the Framework, including the Lot values, where a known risk identified in this notice materialises.
The identified risk is that material changes in Government policy, Authority policy, demand profiles or service volumes, estate requirements or operational delivery requirements may result in additional demand for services and an increased quantity or value of contracts awarded through one or more Lots.
Such risks may jeopardise the satisfactory performance of the Framework or relevant Call-Off Contracts, including by preventing the Authority from meeting its statutory, policy or operational requirements or securing sufficient service capacity to meet demand.
These risks are, by their nature and uncertainty at the time of procurement, not capable of being fully addressed within the Framework at the outset.

II.2) Description
II.2.1) Title
Temporary Accommodation and Floating Support
Contract/Lot No
Lot 3

II.2.2) CPV codes
Main CPV codes
75231200
75231240
85311000
98000000

II.2.3) Place of performance
NUTS code
UKC – NORTH EAST (ENGLAND)
UKD – NORTH WEST (ENGLAND)
UKF – EAST MIDLANDS (ENGLAND)
UKG – WEST MIDLANDS (ENGLAND)
UKH – EAST OF ENGLAND
UKJ – SOUTH EAST (ENGLAND)
UKK – SOUTH WEST (ENGLAND)
UKE – YORKSHIRE AND THE HUMBER
UKI – LONDON
UKL – WALES

II.2.4) Description of the procurement
Short term transitional accommodation for prison leavers at risk of homelessness with a basic floating support service.

II.2.5) Award Criteria
Quality
Name: Quality
Weighting: 100

II.2.6) Estimated Value
Value (excluding VAT)
2,000,000,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-10-25 00:00
End
2034-10-24 23:59
Duration
8 years

II.2.11) Information about options
Options: Yes
Description of options
The Authority may, in accordance with section 74 and paragraph 5 of Schedule 8 to the Procurement Act 2023, modify the Framework, including the Lot values, where a known risk identified in this notice materialises.
The identified risk is that material changes in Government policy, Authority policy, demand profiles or service volumes, estate requirements or operational delivery requirements may result in additional demand for services and an increased quantity or value of contracts awarded through one or more Lots.
Such risks may jeopardise the satisfactory performance of the Framework or relevant Call-Off Contracts, including by preventing the Authority from meeting its statutory, policy or operational requirements or securing sufficient service capacity to meet demand.
These risks are, by their nature and uncertainty at the time of procurement, not capable of being fully addressed within the Framework at the outset.

II.2) Description
II.2.1) Title
Alternative Community Accommodation with Support Services
Contract/Lot No
Lot 4

II.2.2) CPV codes
Main CPV codes
75231200
75231240
85311000
98000000

II.2.3) Place of performance
NUTS code
UKC – NORTH EAST (ENGLAND)
UKD – NORTH WEST (ENGLAND)
UKF – EAST MIDLANDS (ENGLAND)
UKG – WEST MIDLANDS (ENGLAND)
UKH – EAST OF ENGLAND
UKJ – SOUTH EAST (ENGLAND)
UKK – SOUTH WEST (ENGLAND)
UKE – YORKSHIRE AND THE HUMBER
UKI – LONDON
UKL – WALES

II.2.4) Description of the procurement
Delivery of community accommodation and appropriate support services for individuals within the criminal justice system with alternative service needs. Please note that any pipelines provided are indicative only, along with any estimated extensions. For Lot 4, any future requirements are indicative only and may arise over the course of the framework’s lifespan.

II.2.5) Award Criteria
Quality
Name: Quality
Weighting: 100

II.2.6) Estimated Value
Value (excluding VAT)
2,000,000,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-10-25 00:00
End
2034-10-24 23:59
Duration
8 years

II.2.11) Information about options
Options: Yes
Description of options
The Authority may, in accordance with section 74 and paragraph 5 of Schedule 8 to the Procurement Act 2023, modify the Framework, including the Lot values, where a known risk identified in this notice materialises.
The identified risk is that material changes in Government policy, Authority policy, demand profiles or service volumes, estate requirements or operational delivery requirements may result in additional demand for services and an increased quantity or value of contracts awarded through one or more Lots.
Such risks may jeopardise the satisfactory performance of the Framework or relevant Call-Off Contracts, including by preventing the Authority from meeting its statutory, policy or operational requirements or securing sufficient service capacity to meet demand.
These risks are, by their nature and uncertainty at the time of procurement, not capable of being fully addressed within the Framework at the outset.

III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

IV.2) Administrative information
IV.2.1) Tender period dates
Estimated award decision date
2026-10-08 23:59

IV.2.2) Tender submission deadline
2026-06-12 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted
English

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes

VI.5) Date of dispatch of this notice
2026-05-14 18:18

VII) Changes/Modifications

VII.2) Other additional information
The geographical scope has been clarified as England and Wales.
Indicative pipelines have been removed from each Lot because these are subject to change, as set out in the procurement documents.
Estimated dates for the full eight year framework term have been provided for information.

RELATED ARTICLES

May 15, 2026

Cable Pulling Framework up to 66kV

Type of document: Contract Notice Country: United Kingdom 1. Title: CABLE PULLING FRAMEWORK UP TO 66KV 2. Awarding Authority: Uk Power Networks Services,

May 15, 2026

Provision of Groom Support

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044354/S 000-2026 Nature of contract: Service contract Procedure: Open procedure Regulation of procurement: Not applicable Type