Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Independent Approved Premises - Phase 1 London and North West Probation Service Regions

  • First published: 20 February 2024
  • Last modified: 20 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040b8a
Published by:
Ministry of Justice
Authority ID:
AA25231
Publication date:
20 February 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North West region properties.

Full details provided in the ITT

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

Telephone: +44 02033343555

E-mail: iaps-bsc@justice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Independent Approved Premises - Phase 1 London and North West Probation Service Regions

II.1.2) Main CPV code

98000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Ministry of Justice (MoJ) as the contracting authority intends to commission contracts to provide Independent Approved Premise (IAP) across 2 probation regions (London, North West).

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.

In Lot 1, the Authority will first award a single contract for the best-ranked compliant Tender which provides a minimum of 15 Female service user beds in the North West Probation Region. The tendered property must not provide more than 35 beds.

Concurrently, in Lot 2, the Authority will award multiple contracts (in order of ranking within that Lot) until a minimum of 49 Male service user beds in the London Probation Region have been fulfilled.

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 1st April 2025 will be the earliest start date of the Contract and is 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.

The MoJ intends to run a second competition for IAPs in other Probation Service Regions as part of a separate procurement exercise

II.1.5) Estimated total value

Value excluding VAT: 26 790 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

North West Region

II.2.2) Additional CPV code(s)

75231240

85312500

98000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

North West region properties.

Full details provided in the ITT

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2030

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year extension

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

Lot No: 2

II.2.1) Title

London Region

II.2.2) Additional CPV code(s)

75231240

85312500

98000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

London Region properties

Full details provided in ITT

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2030

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year extension

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection Criteria as stated in the procurement documents

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) Conditions related to the contract

III.2.2) Contract performance conditions

Information on expected performance conditions is provided within the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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 000-030169

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/04/2024

Local time: 17:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/04/2024

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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 eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses via the internet rather than in

paper form.

2. TRANSPARENCY

HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 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

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 eSourcing portal.

VI.5) Date of dispatch of this notice

19/02/2024

Coding

Commodity categories

ID Title Parent category
98000000 Other community, social and personal services Other Services
75231240 Probation services Judicial services
85312500 Rehabilitation services Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
iaps-bsc@justice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.