Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/bac60e78-b601-4680-acca-e06906fffa90
4th December 2024 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}