Strategic Alliance Agreement - Professional Services support to MoJ capital and resource programmes.
Contract notice
Services
Section I: Contracting authority
Ministry of Justice
102 Petty France
SW1H 9AJ London
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: http://www.justice.gov.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Public order and safety
Social protection
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: England, Wales and Scotland (for probation only).
NUTS code UK
maximum number of participants to the framework agreement envisaged: 36
Duration of the framework agreement
Duration in years: 471000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71241000, 71242000, 71243000, 71244000, 71245000, 71246000, 71247000, 71248000, 71251000, 71311000, 71312000, 71313410, 71315100, 71315200, 71315300, 71322100, 71322300, 71324000, 71325000, 71326000, 71410000, 71510000, 71521000, 71530000, 71541000, 71631300, 71631450, 71631480, 79212000
Tenders may be submitted for all lots
Lot 1 - Multi Disciplinary for the Client Advisor, Contract Administrator, Cost Consultant, Construction Design Management Coordinators/Health & Safety Adviser, Architect, Lead Designer, Civil & Construction Engineer, Building Services Engineer, Construction Lead
It is envisaged that there will be up to 6 service providers appointed appointed Nationally for this Lot.
Lot 2 Cost Management and CDM/Health & Safety - Cost Consultant, Construction Design Management Coordinators.
It is envisaged that there will be up to 6 service providers appointed Nationally for this Lot.
Lot 3 Project Management (North Region) - Project Lead, Client Adviser, Contract Administrator.
It is envisaged that there will be up to 4 service providers appointed for this Lot.
Lot 4 Project Management (South Region) - Project Lead, Client Adviser, Contract Administrator.
It is envisaged that there will be up to 4 service providers appointed for this Lot.
Lot 5 Project Management (East Region) - Project Lead, Client Adviser, Contract Administrator.
It is envisaged that there will be up to 4 service providers appointed for this Lot.
Lot 6 Design Services (North Region) - Architect, Lead Designer, Civil & Construction Engineer, Building Services Engineer,Construction Lead. It is envisaged that there will be up to 4 service providers appointed for this Lot.
Lot 7 Design Services (South Region) - Architect, Lead Designer, Civil & Construction Engineer, Building Services Engineer,Construction Lead. It is envisaged that there will be up to 4 service providers appointed for this Lot.
Lot 8 Design Services (East Region) - Architect, Lead Designer, Civil & Construction Engineer, Building Services Engineer,Construction Lead. It is envisaged that there will be up to 4 service providers appointed for this Lot.
It is intended that the framework will be available for use by other central government departments including their executive agencies and NDPBs. Local authorities on ad hoc basis will also be permitted.
Information about lots
Lot No: 1 Lot title: Multi DisciplinaryIt is envisaged that there will be up to 6 service providers appointed appointed Nationally for this Lot.
71000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71241000, 71242000, 71243000, 71245000, 71246000, 71247000, 71248000, 71251000, 71311000, 71312000, 71313410, 71315100, 71315200, 71315300, 71322100, 71322300, 71324000, 71325000, 71326000, 71410000, 71510000, 71521000, 71530000, 71541000, 71631300, 71631450, 71631480, 79212000
It is envisaged that there will be up to 6 service providers appointed Nationally for this Lot.
71244000, 71000000, 71241000, 71242000, 71243000, 71245000, 71246000, 71248000, 71251000, 71311000, 71312000, 71313410, 71322100, 71324000, 71530000, 71541000, 71631300, 79212000
It is envisaged that there will be up to 4 service providers appointed for this Lot. See RFI documentation for Region coverage.
71541000, 71000000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300
It is envisaged that there will be up to 4 service providers appointed for this Lot. See RFI documentation for Region coverage.
71541000, 71000000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300
It is envisaged that there will be up to 4 service providers appointed for this Lot. See RFI documentation for Region coverage.
71541000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71251000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300
71000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71251000, 71241000, 71243000, 71245000, 71247000, 71248000, 71311000, 71312000, 71315100, 71315200, 71315300, 71322300, 71325000, 71326000, 71410000, 71521000, 71530000, 71541000
71000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71241000, 71242000, 71243000, 71245000, 71247000, 71248000, 71251000, 71311000, 71312000, 71315100, 71315200, 71315300, 71322300, 71325000, 71326000, 71410000, 71521000, 71530000, 71541000
71000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71241000, 71242000, 71243000, 71245000, 71247000, 71248000, 71251000, 71311000, 71312000, 71315100, 71315200, 71315300, 71322300, 71325000, 71326000, 71410000, 71521000, 71530000, 71541000
Section III: Legal, economic, financial and technical information
See RFI Questionnaire.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2012/S 246-404616 of 21.12.2012
Section VI: Complementary information
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes, or Requests for Proposals via the internet rather than in paper form. The portal is at:- https://esourcing.justice.gov.uk/sso/jsp/login.jsp
If you are not registered on the eSourcing Portal please send an email to the relevant buyer as stated in the notice stating:
Company NameYour Name
Contact email
Sourcing Reference Number: 3571-2-Estates-SE-RFI
The buyer will then contact you with the registration process.
If you are already registered on the eSourcing Portal please contact the relevant Buyer expressing your interest in the sourcing event. You will then be notified by email when the sourcing event has been opened.
A suppier guide is available to assist in using the esourcing portal. This can be found by looking for "Ministry of Justice Supplier Guide" at:
https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement#eprocurement
It is recognised that submitting a bid is often resource intensive in respect of navigation around the documentation. This can be a particular burden to small and medium sized enterprises, who may not have dedicated bid teams. The MoJ is keen to make best use of bidders resources and is planning to run a ‘teach-in' to assist Bidders who may be SMEs and/or those new to either providing services to Government or the MoJ, The session has been reserved for Birmingham on 18th December. If there is a need we may look to holding one in London. This is not an opportunity to raise tender clarifications as these should be submitted via the esourcing portal. Within reason there will be no restriction on number of bidder attendees. Further details will be provided to all who request participation via the esourcing portal (the message system).The Authority is a public authority under the Freedom of Information Act 2000 ("the Act”) and the EnvironmentalInformation Regulations 2004 ("EIR”). As part of its duty under the Act and the EIR, The Authority may disclose information to a person making a request unless the information is covered by an exemption under the Act orthe EIR. The Authority required to determine whether the public interest in maintaining the exemption outweighs the public interest in disclosing this information. Tenderers should state in their tender responses whether or notthey consider the information supplied should be exempted from disclosure to third parties under the Act or the EIR and should provide reasons for such views. These views will be taken into consideration by The Authority when deciding whether to disclose information. (please see the tender documents for further information).
HM Government requires that tender documentation issued by government departments for contracts with avalue exceeding 10 000 GBP over the life of the contract are published online (www.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/guidance/docs/foi-exemption-s43.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.
The Authority reserves the right to reject all or any bids for the framework agreement or for a mini-competition and not award a contract, without any liability on its part. Nothing in this OJEU or procurement competition shall generate any contractual obligations prior to the signature of a framework agreement or any contract following a mini-competition.
Information on the timetable and instructions on how communications and clarifications will be handled are set out in the tender documentation.