Scope
Reference
prj_15601
Description
Ministry of Justice's (MOJ) requirement is for the provision of a managed sustainability data and reporting service. The supplier will be required to provide accurate, validated data in support of a range of both internal and external reporting requirements, including:
- Greening Government Commitments (GGCs): Quarterly and annual reporting to the Department for Environment, Food and Rural Affairs (Defra) on progress against the GGCs.
- Annual Report & Accounts (ARAs): Sustainability reporting for MOJ Group and its Arm's Length Bodies, in line with HM Treasury's Sustainability Reporting Guidance.
- Task Force on Climate-related Financial Disclosures (TCFD): Annual disclosure of climate-related financial risks, opportunities, metrics and targets.
- The State of the Estate (SoftE) report: Contributions to Cabinet Office's annual (SoftE) report, which fulfils the requirement in the Climate Change Act 2008 to assess the progress made in the year towards improving the efficiency and contribution to sustainability of buildings that are part of the government's estate.
- Internal reporting for the following stakeholders and purposes:
• Quarterly reporting against metrics and milestones from the MOJ's Departmental Delivery Plan.
• The Senior Sustainability Board meets quarterly and oversees departmental climate-related risks, opportunities, strategies and performance.
• Climate-related risks, performance milestones and metrics are reviewed quarterly at our Finance, Performance and Risk Committee which reports into the MOJ Executive Committee.
• The Departmental Board receives an annual climate change and sustainability transition risk report.
• MOJ's Audit and Risk Assurance Committee receives quarterly risk updates and a biannual risk overview.
• The HM Prison and Probation Service (HMPPS) Audit and Risk Assurance Committee receives quarterly reporting on climate change and sustainability transition risk.
• The HMPPS Agency Board receives an annual report covering climate-related risks and opportunities.
DATA COLLECTION AND MANAGEMENT
The successful supplier will receive historic datasets from the incumbent provider, which go back to 2017, and will complete a data audit, reviewing the existing data for quality, relevance, and compliance. The supplier will also be responsible for collecting relevant new data from multiple data suppliers, including checks for completeness, accuracy, and consistency. The supplier will also estimate missing or incorrect data following a pre-agreed methodology, and update these estimates with actual data when it becomes available. Data will be stored in a centralised database, which is readily accessible to MOJ.
The supplier will also provide dedicated resources responsible for managing the receipt and validation of incoming data, as well as liaising with data suppliers to ensure data completeness and integrity.
Data is to be collected from c.45 sources, including (but not limited to) FM suppliers, energy suppliers, water companies, consumable providers, utility bureau services (via the new MOJ-wide contract awarded to Mitie), travel procurement systems.
Data to be collected includes, but is not limited to:
- Fuel and electricity consumption, including combusted fuel, purchased electricity, heat, self-generated energy, kilometres travelled for business travel, and fugitive emissions (such as from refrigerants and coolants)
- Waste arising, by type and treatment process.
- ICT & digital, including energy consumed and embodied carbon emissions from on- and off-premise servers and data centres and private cloud data centres
- Total potable water consumption
- Paper consumption
- Carbon offsetting credits purchased and retired (tCO₂e), and type of credits, specifying reduction vs. removal, and method of removal.
- Scope 3 supply chain emissions
- Cost data
DATA ANALYSIS AND REPORTING
In supporting MOJ's data analysis and reporting requirements, the supplier will provide the following, either as part of a data system, or in an integrated platform:
- Visualisation tools: Dashboards, charts, and graphs to visualise data and identify trends, patterns, and inefficiencies.
- Benchmarking: Enabling benchmarking against industry standards (e.g. BREEAM), and against similar building types within the MOJ portfolio.
- Reporting: Generation of reports, including those to meet the internal and external reporting requirements outlined above. The supplier will also complete MOJ's quarterly return template for the GGC requirements, to be issued to MOJ for review and approval.
The supplier will also be required to provide information on request to support MOJ's response to requests made under the Freedom of Information Act (FOI) and the Environmental Information Regulations (EIR), as well as MOJ's response to Parliamentary Questions (PQs) and other forms of Parliamentary correspondence. The supplier may also be asked to develop custom dashboards (e.g. for prison waste) tailored to different users, including integration with existing MOJ systems. This work will be on an ad hoc basis, and separate rates for this will be requested in the pricing schedule.
Total value (estimated)
- £1,100,000 excluding VAT
- £1,320,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 30 June 2031
- 5 years, 6 months
Main procurement category
Services
CPV classifications
- 72310000 - Data-processing services
- 72322000 - Data management services
- 90714100 - Environmental information systems
- 75130000 - Supporting services for the government
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
FINANCIAL
Bidder must have, or commit to obtain prior to the award of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability Insurance = £5 million
Public Liability Insurance = £1 million
Professional Indemnity Insurance = £1 million
Product Liability Insurance = £1 million
LEGAL
Bidder must have, or commit to having in place by the award of the contract, the human and technical resources to perform the contract to ensure compliance with the UK General Data Protection Regulation and to ensure the protection of the rights of data subjects.
Technical ability conditions of participation
RELEVANT EXPERIENCE AND CONTRACT EXAMPLES
Bidder must provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work).
The contract/s must demonstrate the Bidder's experience of delivering the following requirements:
a data validation and assurance service
a data reporting platform
collection and management of relevant sustainability data (energy, water, waste, transport).
ORGANISATIONAL DATA SECURITY STANDARDS
Bidder must hold Cyber Essentials Plus certification.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
28 October 2025, 5:00pm
Tender submission deadline
11 November 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
8 December 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Pricing Schedule | Price | 30% |
Reporting Phase service delivery: Data and Reporting | Quality | 15% |
Reporting Phase service delivery: Maintenance, Support, Continuous Improvement and Compliance | Quality | 12% |
Social Value Outcome 4. Sustainable procurement practices | Quality | 10% |
Demonstration of proposed sustainability data platform | Quality | 9% |
Contract Onboarding and Set-Up | Quality | 9% |
Previous experience | Quality | 7.5% |
Resource & team structures | Quality | 7.5% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Ministry of Justice
- Public Procurement Organisation Number: PDNN-2773-HVYN
102 Petty France
London
SW1H 9AJ
United Kingdom
Email: MOJUtilities@Justice.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement
Region: UKI32 - Westminster
Organisation type: Public authority - central government