By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Strategic Alliance Agreement - Professional Services support to MoJ capital and resource programmes.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
Public order and safety
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Strategic Alliance Agreement - Professional Services support to MoJ capital and resource programmes.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 36

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Range of suppliers required to provide access for the Ministry of Justice to Professional Service Providers providers in order to support MoJ's capital and resource programmes.
II.1.6)Common procurement vocabulary (CPV)

71000000, 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

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Framework Lots are as follows below. The 3 regions: North, South and East are described in the tender documents:
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.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Multi Disciplinary
1)Short description
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.
2)Common procurement vocabulary (CPV)

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

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Cost Consultant
1)Short description
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.
2)Common procurement vocabulary (CPV)

71244000, 71000000, 71241000, 71242000, 71243000, 71245000, 71246000, 71248000, 71251000, 71311000, 71312000, 71313410, 71322100, 71324000, 71530000, 71541000, 71631300, 79212000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Project Management Services (North)
1)Short description
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. See RFI documentation for Region coverage.
2)Common procurement vocabulary (CPV)

71541000, 71000000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Project Management Services (South)
1)Short description
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. See RFI documentation for Region coverage.
2)Common procurement vocabulary (CPV)

71541000, 71000000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Project Management Services (East Region)
1)Short description
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. See RFI documentation for Region coverage.
2)Common procurement vocabulary (CPV)

71541000, 71241000, 71242000, 71243000, 71244000, 71245000, 71247000, 71248000, 71251000, 71311000, 71312000, 71313410, 71315100, 71315200, 71410000, 71510000, 71521000, 71530000, 71631300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Design Services (North Region)
1)Short description
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.
2)Common procurement vocabulary (CPV)

71000000, 71210000, 71221000, 71222100, 71222200, 71223000, 71251000, 71241000, 71243000, 71245000, 71247000, 71248000, 71311000, 71312000, 71315100, 71315200, 71315300, 71322300, 71325000, 71326000, 71410000, 71521000, 71530000, 71541000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Design Services (South Region)
1)Short description
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.
2)Common procurement vocabulary (CPV)

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

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Design Services (East Region)
1)Short description
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.
2)Common procurement vocabulary (CPV)

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

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium to have a designated lead service provider, all members will have joint and several liability inrespect of the obligations and liabilities to the framework agreement and any subsequent contracts.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See RFI Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See RFI Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See RFI Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
3571-2-Estates-SE-RFI
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2012/S 246-404616 of 21.12.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional 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 Name
Your 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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.12.2013