Opportunity

prj_4859 - MoJ Constructor Services Framework

  • Ministry of Justice

F02: Contract notice

Notice reference: 2021/S 000-029530

Published 28 November 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Sandeep Kapoor

Email

CCMD-ConstructorServicesFramework@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://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

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

prj_4859 - MoJ Constructor Services Framework

Reference number

prj_4859

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 (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.

All anticipated spend values indicated in this notice and value identified at section II.1.5 of this notice represent the best current estimate of works to be procured under each Lot. However, the maximum spend under each Lot will include a 10% increase (rounded to the nearest £1m). This 10% is excluded from each anticipated spend figure included within this notice at the Lot level, but is included within the draft Frameworks. There are two reasons why the MOJ considers that a 10% increase is appropriate and proportionate, namely: (1)the Frameworks contain a mechanism whereby alternative lots can be used for work in a particular region(applicable to Framework A and Framework B) for example due to technical issues or supply market constrains at call off levels. It is not possible to predict which work will require to be instructed through alternative regions or (2)spending review (applicable to all three Frameworks). Details are described in the procurement documents.

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

two.1.5) Estimated total value

Value excluding VAT: £2,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1-Framework A - North England

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework A has four (4) lots. Each lot has one (1) Preferred supplier and two (2) reserve suppliers. Suppliers are referred to as Constructors.

Restrictions. Restrictions apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructors can participate cross all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework A and Framework B.

For Framework A: Across the lot A Constructor may occupy a maximum of one (1) Preferred Constructor position across any one of the lots (Lot 1 to Lot 4) within Framework A and maximum of one (1) Reserve Constructor position in Lots 1-4 other than the lot in which the Constructor has been awarded Preferred Constructor position) with Framework A.

Please see the procurement documents for further details.

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: £350,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top six (6) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than six (6) bidders are placed in the top six (6) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 2-Framework A - South England

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework A has four (4) lots. Each lot has one (1) Preferred supplier and two (2) reserve suppliers. Suppliers are referred to as Constructors.

Restrictions. Restrictions apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructors can participate cross all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework A and Framework B.

For Framework A: Across the lot A Constructor may occupy a maximum of one (1) Preferred Constructor position across any one of the lots (Lot 1 to Lot 4) within Framework A and maximum of one (1) Reserve Constructor position in Lots 1-4 other than the lot in which the Constructor has been awarded Preferred Constructor position) with Framework A.

Please see the procurement documents for further details.

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: £338,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top six (6) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than six (6) bidders are placed in the top six (6) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 3-Framework A - Central England and Wales

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework A has four (4) lots. Each lot has one (1) Preferred supplier and two (2) reserve suppliers. Suppliers are referred to as Constructors.

Restrictions. Restrictions apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructors can participate cross all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework A and Framework B.

For Framework A: Across the lot A Constructor may occupy a maximum of one (1) Preferred Constructor position across any one of the lots (Lot 1 to Lot 4) within Framework A and maximum of one (1) Reserve Constructor position in Lots 1-4 other than the lot in which the Constructor has been awarded Preferred Constructor position) with Framework A.

Please see the procurement documents for further details.

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: £225,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top six (6) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than six (6) bidders are placed in the top six (6) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 4-Framework A - London and East England

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework A has four (4) lots. Each lot has one (1) Preferred supplier and two (2) reserve suppliers. Suppliers are referred to as Constructors.

Restrictions. Restrictions apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructors can participate cross all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework A and Framework B.

For Framework A: Across the lot A Constructor may occupy a maximum of one (1) Preferred Constructor position across any one of the lots (Lot 1 to Lot 4) within Framework A and maximum of one (1) Reserve Constructor position in Lots 1-4 other than the lot in which the Constructor has been awarded Preferred Constructor position) with Framework A.

Please see the procurement documents for further details.

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: £203,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top six (6) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than six (6) bidders are placed in the top six (6) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 5 -Framework B - North England

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework B has four (4) lots (Lot 5 to Lot 8). Suppliers are referred to as Constructors.

Restrictions. Restrictions (being awarded a position) will apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructor can participate across all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework B.

A Constructor may occupy a maximum of two positions across two separate Lots within Framework B (Lot 5 to Lot 8). Further details are stated in the procurement documents.

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: £240,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top ten (10) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than ten (10) bidders are placed in the top ten (10) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 6-Framework B - South England

Lot No

6

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework B has four (4) lots (Lot 5 to Lot 8). Suppliers are referred to as Constructors.

Restrictions. Restrictions (being awarded a position) will apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructor can participate across all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework B.

A Constructor may occupy a maximum of two positions across two separate Lots within Framework B (Lot 5 to Lot 8). Further details are stated in the procurement documents.

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: £195,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top ten (10) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than ten (10) bidders are placed in the top ten (10) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 7 Framework B - Central England and Wales

Lot No

7

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework B has four (4) lots (Lot 5 to Lot 8). Suppliers are referred to as Constructors.

Restrictions. Restrictions (being awarded a position) will apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructor can participate across all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework B.

A Constructor may occupy a maximum of two positions across two separate Lots within Framework B (Lot 5 to Lot 8). Further details are stated in the procurement documents.

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: £203,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top ten (10) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than ten (10) bidders are placed in the top ten (10) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot 8- Framework B- London and East England

Lot No

8

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework B has four (4) lots (Lot 5 to Lot 8). Suppliers are referred to as Constructors.

Restrictions. Restrictions (being awarded a position) will apply within Framework A and within Framework B Lots, but not across Frameworks. A Constructor can participate across all Frameworks’ (Framework A, Framework B, Framework C) respective lots subject to below restriction in Framework B.

A Constructor may occupy a maximum of two positions across two separate Lots within Framework B (Lot 5 to Lot 8). Further details are stated in the procurement documents.

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: £113,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top ten (10) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than ten (10) bidders are placed in the top ten (10) positions, they will all be invited to participate in Stage 2.

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) Description

two.2.1) Title

Lot9 -Framework C - National

Lot No

9

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213252 - Workshops construction work
  • 45216113 - Prison building construction work
  • 45220000 - Engineering works and construction works
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45222300 - Engineering work for security installations
  • 45261920 - Roof maintenance work
  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

These activities will include new build, refurbishment, maintenance and minor works and associated services, among others.

Framework C has one(1) lots (Lot 9).

There are no restrictions on Framework C Lot 9.

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: £625,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Extension of possible two (2) years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 16

Objective criteria for choosing the limited number of candidates:

In Stage 1 (SQ stage), the top sixteen (16) bidders will be invited to participate in Stage 2(ITT stage). In the event that two (2) or more Bidders score equal marks, they will be placed jointly. Should this mean that more than sixteen (16) bidders are placed in the top sixteen (16) positions, they will all be invited to participate in Stage 2.

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


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

Candidates will be assessed in accordance with the 2015 Public Contract Regulations on the basis of information provided in response to a selection questionnaire .

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 establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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. See Additional Information Section VI.3 in this notice.

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 000-012093

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

Date

10 January 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: after 3 or 6 years of Framework Awards depending upon extension option chosen.

six.3) Additional information

How to Search for the Procurement Documents including the Standard Questionnaire:

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 and log in, 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.

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 is committed to supporting the Government's drive to open competition and increasing opportunities for Small and Medium Enterprises (SMEs).

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.

The MoJ promotes the Government Construction Strategy 2025, the Construction Playbook and wider construction-related government guidelines along with supporting the government’s Net Zero Carbon commitments.

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. The MoJ is also subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004.

The tender documents issued at the Stage 1 (SQ restricted stage) are in draft form and may change prior to the commencement of Stage 2 (ITT stage) of the procurement.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

102 Petty France,

London

SW1H 9AJ

Country

United Kingdom