Award

320000.00

DEPARTMENT FOR TRANSPORT

This public procurement record has 1 release in its history.

Award

13 Nov 2023 at 11:26

Summary of the contracting process

The Department for Transport is seeking a supplier to provide workplace assessments and specialised software for staff with specific disability or medical needs. The contract is valued at up to £80,000 per year, lasting from December 9, 2023, to December 8, 2024, with potential extensions for three more years. The procurement method used was a limited procedure without prior publication of a call for competition.

This tender opportunity from the Department for Transport presents potential growth prospects for businesses offering specialised workplace support services. Companies with expertise in workplace assessments, software provision, disability support, and consultancy services are well-suited to compete. The contract duration and extension options provide a stable long-term business opportunity for qualified suppliers.

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

320000.00

Notice Description

The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching.

Lot Information

Lot 1

The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching. The value of the contract will be subject to DfT demand, with no minimum committed spend - but will not exceed PS80,000.00 per annum excl. VAT. The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027

Options: The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027

Procurement Information

This contract was awarded following an early market engagement exercise, in which suppliers were invited to submit an expression of interest via. a notice on Contracts Finder: https://www.contractsfinder.service.gov.uk/notice/b51a027b-6175-4d78-8963-ffde4a43e0de?origin=SearchResults&p=1 The call for expressions of interest was published on 24 July 2023. Respondents to this call were then invited to submit a tender. A notice was initially omitted because the approved spend on the contract, barring extension options is below the threshold for publication. This voluntary transparency notice aims to remedy, due to the fact that if all extension contracts are utilised, the maximum value of the contract will be PS320,000.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0417a9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033416-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79900000 - Miscellaneous business and business-related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£320,000 £100K-£500K

Notice Dates

Publication Date
13 Nov 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
10 Nov 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR TRANSPORT
Contact Name
Not specified
Contact Email
charles.jansen@dft.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

BENNETT WORKPLACE SOLUTIONS

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-h6vhtk-0417a9-2023-11-13T11:26:49Z",
    "date": "2023-11-13T11:26:49Z",
    "ocid": "ocds-h6vhtk-0417a9",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0417a9",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "320000.00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79900000",
            "description": "Miscellaneous business and business-related services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching.",
        "lots": [
            {
                "id": "1",
                "description": "The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching. The value of the contract will be subject to DfT demand, with no minimum committed spend - but will not exceed PS80,000.00 per annum excl. VAT. The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Process for responding to requests",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Additional support, beyond core requirements",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Processes to maximise value for money",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Virtual/home-based assessment process",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Ability to support nationwide requirements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Social value - reduction of environmental impact",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Social value - recruitment, training, retention and support of employees",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Indicative total price, based on scenario",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This contract was awarded following an early market engagement exercise, in which suppliers were invited to submit an expression of interest via. a notice on Contracts Finder: https://www.contractsfinder.service.gov.uk/notice/b51a027b-6175-4d78-8963-ffde4a43e0de?origin=SearchResults&p=1 The call for expressions of interest was published on 24 July 2023. Respondents to this call were then invited to submit a tender. A notice was initially omitted because the approved spend on the contract, barring extension options is below the threshold for publication. This voluntary transparency notice aims to remedy, due to the fact that if all extension contracts are utilised, the maximum value of the contract will be PS320,000."
    },
    "awards": [
        {
            "id": "033416-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-98190",
                    "name": "Bennett Workplace Solutions Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-98189",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "streetAddress": "33 Horseferry Rd",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "charles.jansen@dft.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-transport",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-98190",
            "name": "Bennett Workplace Solutions Ltd",
            "identifier": {
                "legalName": "Bennett Workplace Solutions Ltd"
            },
            "address": {
                "streetAddress": "Bennett House, Viking Street",
                "locality": "Bolton",
                "region": "UK",
                "postalCode": "BL3 2RR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-6043",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-98189",
        "name": "Department for Transport"
    },
    "contracts": [
        {
            "id": "033416-2023-1",
            "awardID": "033416-2023-1",
            "status": "active",
            "value": {
                "amount": 320000,
                "currency": "GBP"
            },
            "dateSigned": "2023-11-10T00:00:00Z"
        }
    ],
    "language": "en"
}