Opportunity

MoJ Minor Works Dynamic Purchasing System

  • Ministry of Justice.

F02: Contract notice

Notice reference: 2021/S 000-022472

Published 9 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice.

102 Petty France

London

SW1H 9AJ

Contact

Angela Phillips

Email

CCMD-MWDPS@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-justice

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.constructionline.co.uk/buyers/public-sector/ministry-of-justice/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.constructionline.co.uk/buyers/public-sector/ministry-of-justice/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MoJ Minor Works Dynamic Purchasing System

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Ministry of Justice (MoJ) (the "Authority") seeks to establish a Dynamic Purchasing System for Minor Works (MWDPS) and is inviting applications from suitably qualified and experienced Contractors. The contract will cover construction, maintenance and repair works to the MoJ estate. In the main, this includes prison establishments but may also include courts, tribunals, Home Office controlled and corporate buildings.

The MWDPS will also be made available for use by Gov. Facility Services Limited (a MoJ wholly owned company) to source subcontractors to support its maintenance and project activities.

Call-off contracts let under the MWDPS will have a maximum contract value of £1,000,000 GBP, however we expect the majority of projects to have a contract value of <£500,000 GBP.

The procurement will be undertaken in accordance with Regulation 34 of the Public Contracts Regulations 2015.

The MWDPS will operate across England, Wales and Scotland and is divided into five (5) headline Lots:-

- Building Structure and Groundworks,

- Mechanical Engineering incl. HVAC,

- Electrical Engineering incl. Security,

- Demolition Work

- Multidisciplinary Construction Work

There is a desire to attract a broad range of Contractors to be part of the MWDPS. The number of Contractors appointed to the MWDPS is unlimited.

The MWDPS will initially be in operation for Four (4) years with an option to extend for a further two (2), two (2) year terms, at the sole discretion of the Authority, making a total of eight (8) years. However, the duration may be varied (reduced or extended) in line with emerging business needs.

The estimated spend for the first 4 years of the MWDPS is £296,000,000 GBP (£74,000,000 GPB per annum made up of £64,000,000 GBP per annum for project work and £10,000,000 per annum for maintenance related activity).

The MWDPS, in itself, is not a works contract. Call Off Competitions will be held under the MWDPS for specific Projects or maintenance contracts. The proposed terms and conditions to be used for the Call Off Contracts are the NEC: Engineering & Construction Short Contract for Project Work and the NEC Term Services Contract for maintenance work, however consideration is also being given to a bespoke set of terms and conditions for straightforward or very low value works.

two.1.5) Estimated total value

Value excluding VAT: £590,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09331000 - Solar panels
  • 42160000 - Boiler installations
  • 43328000 - Hydraulic installations
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44212310 - Scaffolding
  • 44221300 - Gates
  • 44613700 - Refuse skips
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45112700 - Landscaping work
  • 45210000 - Building construction work
  • 45213150 - Office block construction work
  • 45213400 - Installation of staff rooms
  • 45216112 - Court building construction work
  • 45216113 - Prison building construction work
  • 45222300 - Engineering work for security installations
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233141 - Road-maintenance works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262100 - Scaffolding work
  • 45262500 - Masonry and bricklaying work
  • 45262660 - Asbestos-removal work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45313000 - Lift and escalator installation work
  • 45315100 - Electrical engineering installation works
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45421141 - Installation of partitioning
  • 45421148 - Installation of gates
  • 45430000 - Floor and wall covering work
  • 45432110 - Floor-laying work
  • 45432111 - Laying work of flexible floor coverings
  • 45440000 - Painting and glazing work
  • 45441000 - Glazing work
  • 45442110 - Painting work of buildings
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 45453100 - Refurbishment work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50531200 - Gas appliance maintenance services
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50750000 - Lift-maintenance services
  • 50883000 - Repair and maintenance services of catering equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 77314000 - Grounds maintenance services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
Main site or place of performance

Across England, Wales and Scotland.

two.2.4) Description of the procurement

The Ministry of Justice (MoJ) is a major government department, at the heart of the UK justice system. The MoJ is responsible for everything that goes into running the UK’s criminal and civil justice systems. This includes 500 courts and tribunals and 121 prisons.

Her Majesty’s Prison and Probation Service (HMPPS) is a division within the MoJ that is responsible for the prison estate. The establishment of a Minor Works Dynamic Purchasing System (MWDPS) will, in the main, be used for works on the prison estate, providing an alternative route to market in relation to construction project work plus some maintenance and resultant remedial small scope high impact works under £1,000,000 GBP.

The MWDPS may be used for any repairing obligations managed by the MoJ (Courts, Tribunals, HQ and some Home Office buildings).

Gov Facility Services Limited is responsible for the total facilities management of 48 prisons across the South of England and will use the MWDPS to source Subcontractors.

The MWDPS platform for vetting contractors will be hosted and managed by Constructionline. To apply for a place on the MWDPS a Contractor will need to:

1. apply for a Constructionline membership. An Associate membership is free of charge and can be accessed through the following link https://www.constructionline.co.uk/products-services/membership/associate-membership/

2. register for the DPS using this link https://www.constructionline.co.uk/buyers/public-sector/ministry-of-justice/

Any suitable future requirements identified shall be advertised and competed through the Minor Works Dynamic Purchasing System. Interested parties should therefore seek to qualify onto the MWDPS.

The MoJ is committed to supporting the Government's drive to open competition and increase opportunities for Small and Medium Enterprise (SME) Contractors. The MoJ would encourage all SMEs who are interested in participating in this procurement to register their interest.

The noted 5 Lots are further divided into work Categories, which are detailed within the tender documents. A Contractor may apply for more than one Category and select their area of operation.

Individual call off project durations may be as short as 2 weeks but could be as long as 9 months. Maintenance contracts may be let for in excess of one year.

The MoJ reserves the right not to commence any formal procurement process, discontinue any procurement it commences, reject all or any of the bids for the competition and not to award any contracts. The MoJ reserves the right (in its absolute discretion) to amend the information stated in this Notice at the time of issue of any further notice(s) or at any time, without any liability on its part

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £590,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Tender documentation issued by government departments for contracts exceeding £10,000 GBP over the life of the contract are published online at https://www.gov.uk/contracts-finder. Any contracts awarded as a result of this procurement will be published on this website, subject to the statutory grounds for redaction as set out in the FOI Act 2000.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-009764

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 September 2029

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom