Tender

Property Transformation Programme - Workplace Services Management

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

04 Dec 2024 at 13:28

Summary of the contracting process

The Ministry of Justice (MoJ) is initiating a tender for the "Property Transformation Programme - Workplace Services Management" in the services category. This procurement process, which is currently at the tender stage, aims to secure a contractor to support the MoJ in delivering comprehensive workplace services management across their estate, including prisons and probation premises. The procurement method is a competitive procedure with negotiation, targeting SMEs and VCSEs. Key dates for the process include a tender period ending on 17 January 2025, with the contract expected to start on 1 July 2026 and run for an initial term of five years, potentially extendable for up to two additional years. The services will be implemented across various regions of the UK including North East, North West, East and West Midlands, East of England, South East, South West, Scotland, and Wales.

This tender presents significant opportunities for businesses that specialise in workplace services, digital systems, performance management, innovation, and compliance. Companies experienced in facilities management, data management, and project management, particularly those developing and maintaining compliance and data security software, stand to gain from this contract. The substantial contract value of £340 million ensures that businesses will have the resources to expand their operations, innovate, and provide value-added services to the MoJ. The structured and comprehensive nature of the required services opens doors for businesses with the capacity to deliver large-scale, multi-faceted solutions across different locations and facilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Property Transformation Programme - Workplace Services Management

Notice Description

The Ministry of Justice (MoJ) wishes to award a contract for the provision of Workplace Services Management (WSM) as part of the Property Transformation Programme (PTP). The Workplace Services Management (WSM) Contractor is a new role that will support the MoJ to effectively monitor and report on the delivery of services across the Buyer Premises. The WSM will ensure that the Property Directorate has the required functions and capabilities in place to support the commencement of services under the new total facilities management (TFM) contract(s) from October 2026. Workplace Services Management will be a managed service that provides the following key capabilities: Integrated Digital System and management of a Common Data Environment Performance Management, Analysis and Reporting Innovation, technology and data Workplace Support Services Assurance and Compliance Contingency Planning and Disaster Recovery Asset Management Sustainability and Social Value Projects and Project Management PTP (of which Workplace Services Management is part) is planning to transform FM across the full HMPPS estate, which includes Prison, Probation and HMPPS Premises. PTP may also be rolled out to any other MoJ estate, including potentially HMCTS estate in future. The role of the WSM Contractor will therefore be required to support any and all such estate. The Authority intends to award the WSM Contract in November 2025, with an expectation of an In Service Date of July 2026. These dates are indicative. The Contract will have a five (5) year Initial Term from the WSM In Service Date (ISD) (therefore excludes the Mobilisation Period between the Effective Date and the ISD), with the option to extend beyond the end of the Initial Term for a further period of up to two (2) years, in increments at the Authority's sole discretion. The extension option is exercisable at the Authority's sole discretion. Additional information: MoJ is using AWARD(r) for on-line electronic interaction for the Procurement. All communications linked with the WSM Procurement, including Clarification Questions, will be sent through and recorded by AWARD(r). The AWARD(r) website address for this project is: Sign in to AWARD - Property Transformation Programme (commercedecisions.com). To participate in this Procurement, potential suppliers must: Email: ptp@justice.gov.uk providing the email contact details of two people per potential supplier. MoJ will issue a non-disclosure agreement (NDA) via Adobe Sign for the potential supplier to sign. Once the NDA is signed by both the potential supplier and the Authority, AWARD(r) user accounts will be created for the email addresses provided. Each potential supplier is limited to only two (2) AWARD(r) user accounts. Potential suppliers who were involved in the WSM pre-tender market engagement (PTME) (advertised through the notice at IV.2.1) may have already signed an NDA (this was required to access draft procurement documents). Those potential suppliers will not be required to sign a further NDA as that NDA will apply also to the WSM Procurement. Suppliers will still need to email ptp@justice.gov.uk if they wish to participate in the procurement. For any new users login details will be forwarded from AWARD(r) via e-mail. To access the AWARD(r) system, a user will need to read and accept the terms and conditions for the usage of AWARD(r), and confirm the same. For all queries relating to AWARD(r) user accounts, including login, access issues and the overall functionality and operation of AWARD(r), please refer to the AWARD(r) website at: https://help.commercedecisions.com; this web link will enable you to obtain online help with the application and provide you with current helpdesk contacts Additional information can be obtained from: the above mentioned address Tenders or requests to participate must be submitted electronically via AWARD as mentioned above.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-507758c4-f95a-4fcf-96cb-63db9a621e38
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bac60e78-b601-4680-acca-e06906fffa90
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems

50 - Repair and maintenance services

70 - Real estate services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

32420000 - Network equipment

32423000 - Network hubs

32580000 - Data equipment

48170000 - Compliance software package

48331000 - Project management software package

48332000 - Scheduling software package

48333000 - Contact management software package

48420000 - Facilities management software package and software package suite

48613000 - Electronic data management (EDM)

50312300 - Maintenance and repair of data network equipment

70332200 - Commercial property management services

71248000 - Supervision of project and documentation

71356300 - Technical support services

71620000 - Analysis services

72000000 - IT services: consulting, software development, Internet and support

72212170 - Compliance software development services

72212331 - Project management software development services

72212732 - Data security software development services

72224000 - Project management consultancy services

72224200 - System quality assurance planning services

72225000 - System quality assurance assessment and review services

72253000 - Helpdesk and support services

72300000 - Data services

72310000 - Data-processing services

72317000 - Data storage services

72514100 - Facilities management services involving computer operation

72514200 - Facilities management services for computer systems development

72514300 - Facilities management services for computer systems maintenance

72800000 - Computer audit and testing services

72900000 - Computer back-up and catalogue conversion services

79313000 - Performance review services

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

79411000 - General management consultancy services

79418000 - Procurement consultancy services

79420000 - Management-related services

79421000 - Project-management services other than for construction work

Notice Value(s)

Tender Value
£340,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 20241 years ago
Submission Deadline
17 Jan 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 1 Jul 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLJ South East (England), TLK South West (England), TLL Wales, TLM Scotland

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-507758c4-f95a-4fcf-96cb-63db9a621e38-2024-12-04T13:28:26Z",
    "date": "2024-12-04T13:28:26Z",
    "ocid": "ocds-b5fd17-507758c4-f95a-4fcf-96cb-63db9a621e38",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_466803/1431156",
        "title": "Property Transformation Programme - Workplace Services Management",
        "description": "The Ministry of Justice (MoJ) wishes to award a contract for the provision of Workplace Services Management (WSM) as part of the Property Transformation Programme (PTP). The Workplace Services Management (WSM) Contractor is a new role that will support the MoJ to effectively monitor and report on the delivery of services across the Buyer Premises. The WSM will ensure that the Property Directorate has the required functions and capabilities in place to support the commencement of services under the new total facilities management (TFM) contract(s) from October 2026. Workplace Services Management will be a managed service that provides the following key capabilities: Integrated Digital System and management of a Common Data Environment Performance Management, Analysis and Reporting Innovation, technology and data Workplace Support Services Assurance and Compliance Contingency Planning and Disaster Recovery Asset Management Sustainability and Social Value Projects and Project Management PTP (of which Workplace Services Management is part) is planning to transform FM across the full HMPPS estate, which includes Prison, Probation and HMPPS Premises. PTP may also be rolled out to any other MoJ estate, including potentially HMCTS estate in future. The role of the WSM Contractor will therefore be required to support any and all such estate. The Authority intends to award the WSM Contract in November 2025, with an expectation of an In Service Date of July 2026. These dates are indicative. The Contract will have a five (5) year Initial Term from the WSM In Service Date (ISD) (therefore excludes the Mobilisation Period between the Effective Date and the ISD), with the option to extend beyond the end of the Initial Term for a further period of up to two (2) years, in increments at the Authority's sole discretion. The extension option is exercisable at the Authority's sole discretion. Additional information: MoJ is using AWARD(r) for on-line electronic interaction for the Procurement. All communications linked with the WSM Procurement, including Clarification Questions, will be sent through and recorded by AWARD(r). The AWARD(r) website address for this project is: Sign in to AWARD - Property Transformation Programme (commercedecisions.com). To participate in this Procurement, potential suppliers must: Email: ptp@justice.gov.uk providing the email contact details of two people per potential supplier. MoJ will issue a non-disclosure agreement (NDA) via Adobe Sign for the potential supplier to sign. Once the NDA is signed by both the potential supplier and the Authority, AWARD(r) user accounts will be created for the email addresses provided. Each potential supplier is limited to only two (2) AWARD(r) user accounts. Potential suppliers who were involved in the WSM pre-tender market engagement (PTME) (advertised through the notice at IV.2.1) may have already signed an NDA (this was required to access draft procurement documents). Those potential suppliers will not be required to sign a further NDA as that NDA will apply also to the WSM Procurement. Suppliers will still need to email ptp@justice.gov.uk if they wish to participate in the procurement. For any new users login details will be forwarded from AWARD(r) via e-mail. To access the AWARD(r) system, a user will need to read and accept the terms and conditions for the usage of AWARD(r), and confirm the same. For all queries relating to AWARD(r) user accounts, including login, access issues and the overall functionality and operation of AWARD(r), please refer to the AWARD(r) website at: https://help.commercedecisions.com; this web link will enable you to obtain online help with the application and provide you with current helpdesk contacts Additional information can be obtained from: the above mentioned address Tenders or requests to participate must be submitted electronically via AWARD as mentioned above.",
        "datePublished": "2024-12-04T13:28:26Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "32420000",
            "description": "Network equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "32423000",
                "description": "Network hubs"
            },
            {
                "scheme": "CPV",
                "id": "32580000",
                "description": "Data equipment"
            },
            {
                "scheme": "CPV",
                "id": "48170000",
                "description": "Compliance software package"
            },
            {
                "scheme": "CPV",
                "id": "48331000",
                "description": "Project management software package"
            },
            {
                "scheme": "CPV",
                "id": "48332000",
                "description": "Scheduling software package"
            },
            {
                "scheme": "CPV",
                "id": "48333000",
                "description": "Contact management software package"
            },
            {
                "scheme": "CPV",
                "id": "48420000",
                "description": "Facilities management software package and software package suite"
            },
            {
                "scheme": "CPV",
                "id": "48613000",
                "description": "Electronic data management (EDM)"
            },
            {
                "scheme": "CPV",
                "id": "50312300",
                "description": "Maintenance and repair of data network equipment"
            },
            {
                "scheme": "CPV",
                "id": "70332200",
                "description": "Commercial property management services"
            },
            {
                "scheme": "CPV",
                "id": "71248000",
                "description": "Supervision of project and documentation"
            },
            {
                "scheme": "CPV",
                "id": "71356300",
                "description": "Technical support services"
            },
            {
                "scheme": "CPV",
                "id": "71620000",
                "description": "Analysis services"
            },
            {
                "scheme": "CPV",
                "id": "72000000",
                "description": "IT services: consulting, software development, Internet and support"
            },
            {
                "scheme": "CPV",
                "id": "72212170",
                "description": "Compliance software development services"
            },
            {
                "scheme": "CPV",
                "id": "72212331",
                "description": "Project management software development services"
            },
            {
                "scheme": "CPV",
                "id": "72212732",
                "description": "Data security software development services"
            },
            {
                "scheme": "CPV",
                "id": "72224000",
                "description": "Project management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72224200",
                "description": "System quality assurance planning services"
            },
            {
                "scheme": "CPV",
                "id": "72225000",
                "description": "System quality assurance assessment and review services"
            },
            {
                "scheme": "CPV",
                "id": "72253000",
                "description": "Helpdesk and support services"
            },
            {
                "scheme": "CPV",
                "id": "72300000",
                "description": "Data services"
            },
            {
                "scheme": "CPV",
                "id": "72310000",
                "description": "Data-processing services"
            },
            {
                "scheme": "CPV",
                "id": "72317000",
                "description": "Data storage services"
            },
            {
                "scheme": "CPV",
                "id": "72514100",
                "description": "Facilities management services involving computer operation"
            },
            {
                "scheme": "CPV",
                "id": "72514200",
                "description": "Facilities management services for computer systems development"
            },
            {
                "scheme": "CPV",
                "id": "72514300",
                "description": "Facilities management services for computer systems maintenance"
            },
            {
                "scheme": "CPV",
                "id": "72800000",
                "description": "Computer audit and testing services"
            },
            {
                "scheme": "CPV",
                "id": "72900000",
                "description": "Computer back-up and catalogue conversion services"
            },
            {
                "scheme": "CPV",
                "id": "79313000",
                "description": "Performance review services"
            },
            {
                "scheme": "CPV",
                "id": "79400000",
                "description": "Business and management consultancy and related services"
            },
            {
                "scheme": "CPV",
                "id": "79410000",
                "description": "Business and management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79411000",
                "description": "General management consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79418000",
                "description": "Procurement consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79420000",
                "description": "Management-related services"
            },
            {
                "scheme": "CPV",
                "id": "79421000",
                "description": "Project-management services other than for construction work"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 340000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-01-17T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2026-07-01T00:00:00+01:00",
            "endDate": "2031-07-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bac60e78-b601-4680-acca-e06906fffa90",
                "datePublished": "2024-12-04T13:28:26Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-183111",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ministry of Justice",
                "email": "PTP@justice.gov.uk",
                "telephone": "+44 02033343555"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-183111",
        "name": "Ministry of Justice"
    }
}