prj_4859 - MoJ Constructor Services Framework

A Tender Notice
by MINISTRY OF JUSTICE

Source
Find a Tender
Type
Framework (Works)
Duration
5 year
Value
£2B-£2B
Sector
CONSTRUCTION
Published
28 Nov 2021
Delivery
To 15 Dec 2026 (est.)
Deadline
10 Jan 2022 12:00

Concepts

Location

North East England:

Geochart for 1 buyers and 0 suppliers

1 buyer

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

Lot Division

1 Framework A - North England
  • Value: £350M

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.

2 Framework A - South England
  • Value: £338M

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.

3 Framework A - Central England and Wales
  • Value: £225M

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.

4 Framework A - London and East England
  • Value: £203M

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.

5 Framework B - North England
  • Value: £240M

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.

6 Framework B - South England
  • Value: £195M

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.

7 Framework B - Central England and Wales
  • Value: £203M

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.

8 Framework B- London and East England
  • Value: £113M

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.

9 Lot9 -Framework C - National
  • Value: £625M

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.

Renewal Options

Extension of possible two (2) years.

CPV Codes

  • 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

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

For further information, please visit: https://www.gov.uk/government/organisations ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains