Independent Approved Premises - Phase 1 London and North West Probation Service Regions (Ангилья - Тендер #51555144) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51555144 Дата публикации: 20-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
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 procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleIndependent Approved Premises - Phase 1 London and North West Probation Service Regions
II.1.2) Main CPV code98000000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 26 790 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleNorth West Region
II.2.2) Additional CPV code(s)75231240
85312500
98000000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNorth West region properties.
Full details provided in the ITT
II.2.5) Award criteriaPrice 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 systemStart: 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleLondon Region
II.2.2) Additional CPV code(s)75231240
85312500
98000000
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementLondon Region properties
Full details provided in ITT
II.2.5) Award criteriaPrice 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 systemStart: 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe 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 registersList and brief description of conditions:
Selection Criteria as stated in the procurement documents
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Information on expected performance conditions is provided within the procurement documents
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen 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 procedureNotice number in the OJ S:
2023/S 000-030169
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 12/04/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 12/04/2024
Local time: 17:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationBidders 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 bodyMinistry of Justice
102 Petty France
London
SW1H 9AJ
UK
VI.4.3) Review procedurePrecise 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 notice19/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | iaps-bsc@justice.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |