Ønsker du å legge inn bud på offentlige anbud? Se vår TaaS-tjeneste for anbudsklargjøring
Anbud

Provision of Community Accommodation Services

Åpen
Frist
31 dager igjen
juni 12, 2026
Kontraktsdetaljer
Kategori
Open Procedure
Referanse
042774-2026
Verdi
£2,400,000,000
Sted
United Kingdom, Storbritannia
Publisert
mai 04, 2026
Organisasjon
CPV-kode
Prosjektets tidslinje

Anbud publisert

mai 11, 2026

Frist for spørsmål

juni 05, 2026

Frist for innlevering

juni 12, 2026

Kontraktens startdato

mars 31, 2029

KjøperinnsiktPRO
🔒
Lås opp kjøperinnsikt
Se forbruksmønstre, foretrukne prosedyrer og mer.
Oppgrader til Professional →
Budsjett
£2,400,000,000
Varighet
96 måneder
Sted
United Kingdom
Type
Open Procedure

Opprinnelig anbudsbeskrivelse

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 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. 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 26 October 2026 to 25 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 11:59pm • 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: https://ministryofjusticecommercial.ukp.app.jaggaer.com 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.

Risikoanalyse

Risikoanalyse er ikke tilgjengelig for dette landets anbud ennå. Støttes for øyeblikket: Estland, Latvia, Litauen, Polen, Frankrike, Storbritannia, Danmark, Nederland, Norge og Finland.

Vinnstrategi

Få en AI-drevet vinnerstrategi skreddersydd for dette anbudet. Inkluderer sannsynlighetsscore for å vinne, viktige muligheter og utfordringer, anbefalte fokusområder for tilbudet, innsikt i konkurranseposisjonering og handlingsrettede anbefalinger for å maksimere sjansene dine.

Logg inn

Konkurrenter

Oppgrader for å se hvilke selskaper som sannsynligvis vil legge inn tilbud på dette anbudet, basert på historiske anskaffelsesdata.

Logg inn

Krav og kvalifikasjoner

AI trekker ut og organiserer alle krav fra anbudsunderlagene – obligatoriske kvalifikasjoner, tekniske spesifikasjoner, finansielle betingelser og innleveringsregler – tydelig kategorisert slik at du vet nøyaktig hva som kreves for å gi et tilbud.

Logg inn

Grunnleggende krav

  • Company registration in EU required
  • Proven track record in similar projects
  • Financial stability documentation

Dokumenter

3 dokumenter tilgjengelig med AI-sammendrag

OCDS RecordDOC
042774-2026_ocds_record.json

Ingen sammendrag tilgjengelig for dette dokumentet.

Vis
OCDS Release PackageDOC
042774-2026_ocds_release.json

Ingen sammendrag tilgjengelig for dette dokumentet.

Vis
Official PDF VersionPDF
042774-2026_official.pdf

Ingen sammendrag tilgjengelig for dette dokumentet.

Vis

Forhåndsvisning av dokumenter

Registrer deg for å se dokumentoppsummeringer og analyser

Kvalitetsscore

Omfattende kvalitetsanalyse av dette anbudet som vurderer juridisk samsvar, klarhet, fullstendighet, rettferdighet, praktisk gjennomførbarhet, datakonsistens og bærekraft på en skala fra 0-100 med detaljert oversikt og anbefalinger.

Logg inn

Legg til i pipeline