Published date: 29 November 2021
This notice was replaced on 13 March 2023
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 13 March 2023)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Construction work - 45000000
Siteworks - 45113000
Works for complete or part construction and civil engineering work - 45200000
Building construction work - 45210000
Workshops construction work - 45213252
Prison building construction work - 45216113
Engineering works and construction works - 45220000
Construction work for engineering works except bridges, tunnels, shafts and subways - 45222000
Engineering work for security installations - 45222300
Roof repair and maintenance work - 45261900
Roof maintenance work - 45261920
Refurbishment work - 45453100
Repair and maintenance services - 50000000
Repair and maintenance services of security and defence materials - 50600000
Repair and maintenance services of electrical and mechanical building installations - 50710000
Installation services (except software) - 51000000
Installation services of electrical and mechanical equipment - 51100000
Architectural, construction, engineering and inspection services - 71000000
Engineering services - 71300000
Environmental engineering consultancy services - 71313000
Building services - 71315000
Engineering design services for mechanical and electrical installations for buildings - 71321000
Engineering design services for the construction of civil engineering works - 71322000
Miscellaneous engineering services - 71330000
Mechanical and electrical engineering services - 71334000
Construction-related services - 71500000
Site-investigation services - 71510000
Construction-site supervision services - 71521000
Construction consultancy services - 71530000
Construction management services - 71540000
Construction project management services - 71541000
Location of contract
North East, North West, Yorkshire and the Humber, East Midlands, West Midlands, East of England, London, South East, South West, Wales
Value of contract
£2,500,000,000
Procurement reference
tender_236842/1016421
Published date
29 November 2021
Closing date
10 January 2022
Closing time
12pm
Contract start date
1 December 2022
Contract end date
30 November 2027
Contract type
Works
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The Ministry of Justice (referred to as the MoJ or 'Authority' throughout), is intending to identify constructors for frameworks based on three anticipated project value bands between £0-30 million. These are referred to as the MoJ Constructor Services Frameworks or "Frameworks". Bespoke frameworks have been prepared for each value band. The MoJ Constructor Services Frameworks have a potential future total combined spend of up to £2.5 billion over a five-year duration, with the possibility of £1 billion of additional spend should the Frameworks across all three value bands be extended for a period of two years.
The MoJ Constructor Services Frameworks will be for use across the department and will see contracts awarded to suppliers for the delivery of construction works and related activities. These activities will include, but not be limited to, new build, refurbishment, maintenance and minor works and associated services.
Bespoke frameworks have been prepared for each value band. The three Construction Frameworks are referred to as Framework A, Framework B, Framework C. Frameworks A and B are further broken down into four regions. Each region within each value band is being procured through a different Lot and therefore subject to a separate competition. However, to ease the burden on Bidders bidding for multiple regions within a single value band (Framework) there are specific rules regarding completion of the procurement documents. Please refer to the procurement documents for further information. Framework C will establish a single national framework and is therefore covered by a single Lot.
Framework A - Four (4) Lots (Regions) for the Constructor Services for projects with an anticipated individual value up to £5m. Anticipated total value of this Framework over five (5) years is expected to be £1.116bn. Lots 1 - 4 seek to appoint Constructors to Framework A.
Framework B - Four (4) Lots (Regions) for the Constructor Services for projects with an individual anticipated value between £5,000,001 and £10m. Anticipated total value of this Framework over five (5) years is expected to be £0.751bn. Lots 5 -8 seek to appoint Constructors to Framework B.
Framework C - One (1) national Lot (Region) for the Constructor Services for projects with an individual anticipated value between £10,000,001 and £30m. Anticipated total value of this lot over five (5) years is expected to be £0.625bn. Lot 9 seeks to appoint Constructors to Framework C.
Individual Lots within Framework A, Framework B and Framework C are further defined at the lot levels.
See procurement documents for further details. Also see the FTS notice for further details which hold more information about lot level as Contracts finder does not have enough word allowance to describe the procurement fully.
FTS notice link issued is:
https://www.find-tender.service.gov.uk/Notice/029530-2021?
FTS publication reference number is: 2021/S 000-029530
More information
Previous notice about this procurement
MoJ Constructor Services Framework
- Early engagement
- Published 1 June 2021
Attachments
Additional text
-
The sum of £2.5bn indicated in this notice and FTS notice is over a period of 5 years. Should there be an extension, the potential value of the extension will be £1bn. More information is provided in the procurement document.
The values for Lot levels identified in the FTS notice are best current estimate of works to be procured under each Lot. The maximum spend under each lot may include a 10% increase which is not shown in the FTS notice at level, but is shown in the draft frameworks.
Further details regarding a potential 10% increase is stated in the FTS notice. Due to space constrain it is not possible to provide detailed reasoning here.
The scope of the Framework will cover the estates of the following organisations, including their agencies and public bodies:
- Ministry of Justice (MoJ) Corporate
- HM Courts and Tribunals Service (HMCTS)
- HM Prison and Probation Service (HMPPS)
- Legal Aid Agency (LAA)
- Office of the Public Guardian (OPG)
- Home Office
For further information, please visit:
https://www.gov.uk/government/organisations
Longer duration framework: The duration of MoJ Constructor Services Framework (Lot 1 to Lot 9) is Five (5) years with potential extension or extensions of upto a further two (2) years. The cost/complexity of this competition process justifies the application of an exception and allowing a longer period.
* The MoJ environment is difficult to operate within the high security prison environment. Additional requirements for obtaining individual clearances, escort arrangements on secure sites, limited hours available to undertake the works, and the restriction of movement once on site are all factors that can cause delay to a project and take a considerable amount of time to sort out or to initiate the Works).
* Premarket engagement conducted following the issue of a PIN revealed that a larger pipeline and lengthy contract will make any competition more attractive and would provide sufficient comfort to invest in the key account team, Authority specific R&D and establish a dedicated supply chain to deliver the benefits of volume purchasing to the MoJ.
The MoJ reserves the right to discontinue at any stage any procurement it commences (which for the avoidance of doubt refers to any one or more or all of the Lots), reject all or any of the bids for the competition and not to appoint any Bidders to one or more Lots.
How to Search for the Procurement Documents including the Standard Questionnaire on Ministry of Justice Sourcing Portal:
Visit the site:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
1. The Bidders are required to register their organisation as the first step.
2. After registration, bidders will need to go to ''PQQs Open to All Suppliers".
3. Search for '' PQQ_272 - MoJ Constructor Services Framework: SQ''.
4. After locating the above PQQ, please click the ''Express Interest'' button and it will save it to ''My PQQs'' tab and you will be able to access it.
About the buyer
Contact name
Sandeep Kapoor
Address
102 Petty France,
London
SW1H 9AJ
England
CCMD-ConstructorServicesFramework@justice.gov.uk
Website
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Share this notice