Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Ministry of Justice
102 Petty France
London
SW1H 9AJ
UK
Ffôn: +44 02033343555
E-bost: PTP@justice.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/ministry-of-justice
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://award.commercedecisions.com
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://award.commercedecisions.com
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Property Transformation Programme – Workplace Services Management
Cyfeirnod: Prj_13482
II.1.2) Prif god CPV
70000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Ministry of Justice (MoJ) wishes to award a contract for the provision of Workplace Services Management (WSM) as part of the Property Transformation Programme (PTP).
The Workplace Services Management (WSM) Contractor is a new role that will support the MoJ to effectively monitor and report on the delivery of services across the Buyer Premises. The WSM will ensure that the Property Directorate has the required functions and capabilities in place to support the commencement of services under the new total facilities management (TFM) contract(s) from October 2026 (see further II.2.4 below).
Workplace Services Management will be a managed service that provides the following key capabilities:
Integrated Digital System and management of a Common Data Environment
Performance Management, Analysis and Reporting
Innovation, technology and data
Workplace Support Services
Assurance and Compliance
Contingency Planning and Disaster Recovery
Asset Management
Sustainability and Social Value
Projects and Project Management
PTP (of which Workplace Services Management is part) is planning to transform FM across the full HMPPS estate, which includes Prison, Probation and HMPPS Premises. PTP may also be rolled out to any other MoJ estate, including potentially HMCTS estate in future. The role of the WSM Contractor will therefore be required to support any and all such estate. The Authority intends to award the WSM Contract in November 2025, with an expectation of an In Service Date of July 2026. These dates are indicative.
The Authority reserves the right to award the Contract on the basis of the initial tender, without any negotiation. The Authority does not intend to hold negotiations as part of this Procurement, but the Authority reserves the right to negotiate if, in its sole discretion, it considers this necessary. See also the procurement documents regarding the Authority's right to hold clarificatory meetings.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 340 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
32420000
32423000
32580000
48170000
48331000
48332000
48333000
48420000
48613000
50312300
70332200
71248000
71356300
71620000
72000000
72212170
72212331
72212732
72224000
72224200
72225000
72253000
72300000
72310000
72317000
72514100
72514200
72800000
72900000
79313000
79400000
79410000
79411000
79418000
79420000
79421000
II.2.3) Man cyflawni
Cod NUTS:
UKC
UKD
UKF
UKG
UKH
UKJ
UKK
UKL
UKM
Prif safle neu fan cyflawni:
UK- United Kingdom
II.2.4) Disgrifiad o’r caffaeliad
The WSM Procurement is for a national client-side partner who will enhance MoJ capabilities. The WSM Contractor will also provide a digital solution to integrate the data from the supply chain and provide the data to MoJ. The WSM Contractor will work closely with MoJ to develop the digital architecture and the development of data flows across the supply chain. The current, integrator/in house, FM supplier and MoJ model will be replaced by a new operating model comprising WSM, TFM and the MoJ for the delivery and management of FM services and related activities.
The intended five TFM contracts will be competed and procured under a separate procurement exercise under Crown Commercial Service (CCS) framework RM6232 Facilities Management and Workplace Services. The TFM procurements are due to be launched on 4th December 2024.
Further information pertaining to the WSM Contract and the PTP of which the WSM Contract is part is contained within the procurement documentation.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 340 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The Contract will have a five (5) year Initial Term from the WSM In Service Date (ISD) (therefore excludes the Mobilisation Period between the Effective Date and the ISD), with the option to extend beyond the end of the Initial Term for a further period of up to two (2) years, in increments at the Authority's sole discretion. The extension option is exercisable at the Authority's sole discretion.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
MoJ is using AWARD® for on-line electronic interaction for the Procurement. All communications linked with the Procurement, including Clarification Questions, will be sent through and recorded by AWARD® All SQ Responses must be uploaded through AWARD by the SQ Response submission deadline. For further detail please refer to the procurement documents.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As stated in the procurement documents.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-030101
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/01/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
This Procurement will be managed electronically via the Authority's eSourcing Portal (AWARD). To participate in this Procurement, potential suppliers must: Email: ptp@justice.gov.uk providing the email contact details of two people per potential supplier. MoJ will issue a non-disclosure agreement (NDA) via Adobe Sign for the potential supplier to sign. Once the NDA is signed by both the potential supplier and the Authority, AWARD user accounts will be created for the email addresses provided. Each potential supplier is limited to only two (2) AWARD user accounts. Potential suppliers who were involved in the WSM pre-tender market engagement (PTME) (advertised through the notice at IV.2.1) may have already signed an NDA (this was required to access draft procurement documents). Those potential suppliers will not be required to sign a further NDA as that NDA will apply also to the WSM Procurement. For any new users login details will be forwarded from AWARD® via e-mail. To access the AWARD® system, a user will need to read and accept the terms and conditions for the usage of AWARD®, and confirm the same. For all queries relating to AWARD® user accounts, including login, access issues and the overall functionality and operation of AWARD®, please refer to the AWARD® website at: https://help.commercedecisions.com; this web link will enable you to obtain online help with the application and provide you with current helpdesk contacts. To manage the new supplier landscape, the MoJ is implementing a Win Restriction relevant to the Contracts to be awarded for TFM, and the WSM Contract which is the subject of this contract notice. The Win Restriction is that a Bidder cannot be awarded any of the TFM Contracts where it has been awarded the WSM Contract. The MoJ considers there would be an operational conflict of interest if the same supplier was appointed to be both WSM Contractor and a TFM Contractor. MoJ does not consider that this issue is capable of being addressed through a compliance regime such as ethical walls or physical separation of teams, as that does not address the fundamental point that it would be inappropriate for the WSM Contractor to carry out a supervisory, monitoring and/or assurance function over itself. The MoJ considers that this would also be the case if a WSM Contractor were carrying out a supervisory, monitoring and/or assurance function over: (a) Another part of its company group (if that other part of its company group were appointed as a TFM Contractor); or (b) A TFM Contractor which relies within its supply chain on the WSM Contractor to deliver a material part of a TFM Contract. As the WSM Contract will be awarded first, before any TFM Contract(s) is awarded, the Win Restriction will be applied, to the extent that it is engaged, in the TFM Procurement. The Authority is not liable for any costs incurred by potential suppliers in responding to this Procurement including in the event the Procurement is abandoned or varied. The Authority reserves the right (with no liability) to: cancel the Procurement at any stage and for any reason; amend the terms and procedures for the Procurement; suspend the Procurement; rewind the Procurement to an earlier stage or point; not award a contract as a result of the Procurement; and/or procure the Contract by other means.
The estimated value of the WSM Contract as mentioned at II.2.6 is the Estimated Total Contract Value as referred to in the procurement documents. Detail on the estimated Annual Spend and Estimated Total Contract Value is included in the procurement documents. The Authority has held pre-tender market engagement (PTME) in respect of the WSM Contract. PTME materials will be made available to all potential suppliers who wish to participate in this WSM Procurement. The inclusion of Scotland at II.2.3 is in relation to potential future service provision over the term of the contract, e.g. if the MoJ were to exercise the option in relation to HMCTS estate.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court, Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
04/12/2024