Chcesz składać oferty w przetargach publicznych? Zobacz nasz TaaS usługę przygotowania przetargów
Tenders

Provision of Community Accommodation Services

Otwarty
Termin składania ofert
Pozostało 31 dni
Czerwiec 12, 2026
Szczegóły umowy
Kategoria
Open Procedure
Numer Referencyjny
042774-2026
Wartość
£2,400,000,000
Lokalizacja
United Kingdom, Wielka Brytania
Published
Maj 04, 2026
Organizacja
Kod CPV
Harmonogram Projektu

Ogłoszenie przetargu

Maj 11, 2026

Termin składania pytań

Czerwiec 05, 2026

Termin składania ofert

Czerwiec 12, 2026

Data rozpoczęcia kontraktu

Marzec 31, 2029

Analityka zamawiającegoPRO
🔒
Odblokuj analitykę zamawiającego
Zobacz wzorce wydatków, preferowane procedury i więcej.
Uaktualnij do wersji profesjonalnej →
Budget
£2,400,000,000
Duration
96 months
Lokalizacja
United Kingdom
Type
Open Procedure

Oryginalny Opis Przetargu

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.

Analiza ryzyka

Analiza ryzyka nie jest jeszcze dostępna dla przetargów tego kraju. Obecnie obsługiwane: Estonia, Łotwa, Litwa, Polska, Francja, Wielka Brytania, Dania, Holandia, Norwegia i Finlandia.

Strategia wygrywania

Uzyskaj strategię wygrywania opartą na sztucznej inteligencji, dopasowaną do tego przetargu. Obejmuje wskaźnik prawdopodobieństwa wygranej, kluczowe szanse i wyzwania, zalecane obszary oferty, analizę pozycji konkurencyjnej oraz praktyczne rekomendacje maksymalizujące Twoje szanse.

Zaloguj się

Konkurenci

Ulepsz plan, aby zobaczyć, które firmy prawdopodobnie złożą ofertę w tym przetargu, na podstawie historycznych danych zamówień publicznych.

Zaloguj się

Wymagania i Kwalifikacje

Sztuczna inteligencja wyodrębnia i porządkuje wszystkie wymagania z dokumentów przetargowych — obowiązkowe kwalifikacje, specyfikacje techniczne, warunki finansowe i zasady składania ofert — przejrzyście skategoryzowane, abyś dokładnie wiedział, co jest potrzebne do złożenia oferty.

Zaloguj się

Podstawowe wymagania

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

Dokumenty

3 dokumentów dostępnych z podsumowaniami AI

OCDS RecordDOC
042774-2026_ocds_record.json

Brak dostępnego podsumowania dla tego dokumentu.

OCDS Release PackageDOC
042774-2026_ocds_release.json

Brak dostępnego podsumowania dla tego dokumentu.

Official PDF VersionPDF
042774-2026_official.pdf

Brak dostępnego podsumowania dla tego dokumentu.

Podgląd dokumentów

Zarejestruj się, aby zobaczyć podsumowania i analizę dokumentów

Ocena Jakości

Kompleksowa analiza jakości przetargu oceniająca zgodność prawną, przejrzystość, kompletność, uczciwość, praktyczność, spójność danych i zrównoważony rozwój w skali 0–100 ze szczegółowym podziałem i rekomendacjami.

Zaloguj się

Dodaj do pipeline'u