Award

Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

AwardUpdate

30 Oct 2024 at 13:47

Summary of the contracting process

The Ministry of Justice has issued a contract modification notice for its existing facilities management services, specifically for the Extension to Helpdesk/Data Assurance Contract. This procurement involves the continuation of services under a contract initially signed in 2017 with the supplier Kellogg Brown & Root Ltd. The industry category is primarily focused on goods, particularly facilities management software packages. The extension will span an additional six months, concluding on 30th September 2026. This contract is essential to ensure service continuity across the Ministry's estate, with procurement processes for a new model slated to begin in November 2024.

This tender presents significant opportunities for businesses specialising in facilities management software and helpdesk services, particularly those familiar with large-scale public sector contracts. The Ministry of Justice's requirement for continuity and the anticipated complexity of the future delivery model will likely favour well-established companies with robust capabilities in managing and integrating complex service environments. This contract extension also provides an avenue for businesses to prepare for the upcoming Property Transformation Programme, which will open additional procurement routes through both competitive negotiations and framework competitions within the next year.

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

Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice

Notice Description

Lot Information

Provision of Facilities Management Integrator Services

6 month extension for additional services as set out VII.2.1

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b295
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035173-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

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


CPV Codes

48420000 - Facilities management software package and software package suite

72253100 - Helpdesk services

72514100 - Facilities management services involving computer operation

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£68,149,138 £10M-£100M

Notice Dates

Publication Date
30 Oct 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
4 Jun 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
ccmdmojcluster@justice.gov.uk
Contact Phone
+44 02033343555

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

KELLOGG BROWN & ROOT

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-04b295-2024-10-30T13:47:15Z",
    "date": "2024-10-30T13:47:15Z",
    "ocid": "ocds-h6vhtk-04b295",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04b295",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice",
        "classification": {
            "scheme": "CPV",
            "id": "48420000",
            "description": "Facilities management software package and software package suite"
        },
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "title": "Provision of Facilities Management Integrator Services",
                "description": "6 month extension for additional services as set out VII.2.1",
                "contractPeriod": {
                    "endDate": "2026-09-30T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72253100",
                        "description": "Helpdesk services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72514100",
                        "description": "Facilities management services involving computer operation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "035173-2024-con_14497-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-128684",
                    "name": "Kellogg Brown & Root Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-30584",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "CCMDMOJCluster@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/agreements"
            }
        },
        {
            "id": "GB-FTS-128684",
            "name": "Kellogg Brown & Root Ltd",
            "identifier": {
                "legalName": "Kellogg Brown & Root Ltd"
            },
            "address": {
                "locality": "Leatherhead",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-40086",
            "name": "High Court, Royal Courts of Justice,",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice,"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-30584",
        "name": "Ministry of Justice"
    },
    "contracts": [
        {
            "id": "035173-2024-con_14497-1",
            "awardID": "035173-2024-con_14497-1",
            "status": "active",
            "value": {
                "amount": 68149138,
                "currency": "GBP"
            },
            "dateSigned": "2017-06-05T00:00:00+01:00",
            "period": {
                "endDate": "2026-09-30T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "title": "Provision of Facilities Management Integrator Services",
                    "classification": {
                        "scheme": "CPV",
                        "id": "48420000",
                        "description": "Facilities management software package and software package suite"
                    },
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72253100",
                            "description": "Helpdesk services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72514100",
                            "description": "Facilities management services involving computer operation"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "The MoJ intends to implement a new delivery model for the future provision of facilities management services across the MoJ estate. This new model will be delivered via the Property Transformation Programme (PTP). This programme includes those services currently being provided under this contract and the PTP procurement processes are due to be launched in November 24. Given the size and complexity of PTP and delays as a result of the General Election, PTP will not be mobilised until late 2026. The MoJ has therefore determined that it is necessary to extend the existing contract by 6 months from March 2026 to September 2026 to ensure continuity of critical services whilst the PTP procurement processes can conclude. This notice relates to the modification of a contract in accordance with regulation 72(1)(b) PCR. Additional services by the original contractor have become necessary. A change of contractor cannot be made for economic or technical reasons such as requirements of interoperability with existing services and a change of contractor would cause significant inconvenience and substantial duplication of costs for MoJ. The additional services refer to the continued provision of services by the original contractor over the extension period. These additional services are necessary to enable continued service provision and also to prepare for service transition to a new provider(s) to be appointed under the PTP procurement processes referred to above. For various reasons, as set out below it would not be possible to run a procurement for a new contractor to provide these services over a 6-month period. The services currently delivered by the scope of this contract support the effective delivery of FM services to a significant number of properties including live operational sites. The role of this contract is intrinsic in the timely and effective delivery of FM services across the MoJ estate. Although alternative suppliers exist for these services in general, it would not be feasible for MoJ to competitively procure and successfully mobilise a new contract with an alternative supplier to the existing contractor KBR in advance of the anticipated transition to PTP. Both the demobilisation of the existing contract, and mobilisation phases of a replacement contract are lengthy. Anticipated mobilisation periods for new contracts as a result of the PTP processes start at a minimum of 120 days. For such a short extension there would be insufficient time to mobilise a new supplier, transfer staff, embed new processes and then move to a steady state service. This would account for a disproportionate amount of time relative to the length of the extended service required. In addition, given the commencement of mobilisation for new contracts awarded under the PTP procurement process would begin prior to the start of any new contract for a 6 month additional service period, it would mean that mobilisation activity would be happening concurrently. This is therefore not feasible. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period. In addition, any change in contractor would cause a substantial duplication of costs for a short continuation of services. This would include the duplication of costs associated with the development of new processes, IT systems and transfer and verification of data through those demobilisation and mobilisation phases. The increase in price as a result of the extension is less than 50% of the original contract value. The extension was entered into on 26/9/24 ...continued in 2.2 below...",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: ...continued from 2.1... The PTP competitions will provide the market an opportunity and sufficient time to understand the challenges of FM delivery in this environment. The PTP competitions will provide an opportunity for suppliers to bid to participate in the delivery of the new PTP model. It is intended that there will be two different routes to market: (i) competitions among suppliers under Crown Commercial Service (CCS) framework RM6232 Facilities Management and Workplace Services for five Total Facilities Management (TFM) contracts; and (ii) a competition for the provision of Workplace Services Management (WSM) to be conducted as a Competitive Procedure with Negotiation under the PCR. The indicative launch dates for PTP procurement processes is November 2024. A Prior Information Notice (PIN) for the WSM competition was issued to the market on 20th September 24 (https://www.find-tender.service.gov.uk/Notice/030101-2024)."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "canonical",
            "href": "https://www.contractsfinder.service.gov.uk/Notice/7954215b-5451-4575-9228-c4333d8cc22c"
        }
    ],
    "language": "en"
}