CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 251-462894/EN)
Nature of contract: Service contract
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Justice
Postal address: 102 Petty France, St James Park
Town: London
Postal code: SW1H 9AJ
Country: United Kingdom
Email: HMCTS_Reform_Deliv@justice.gsi.gov.uk
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile: www.justice.gov.uk

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Other activity: general public services; public order and safety; social protection

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: HMCTS Reform Delivery Partner.

Reference number: prj_677 – HMCTS Reform – Delivery partner & PQQ_58 – HMCTS Reform – Delivery Partner
II.1.2) Main CPV code: 79000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Her Majesty’s Courts and Tribunals Service (HMCTS), an Executive Agency of the Ministry of Justice (MoJ), is responsible for the administration of the Court system across England and Wales, and for the administration of the majority of the Tribunals system across the UK.
HMCTS is undertaking a major reform programme, and by centring all our energies on delivering a better customer experience and harnessing the power of technology to enable us to work better and smarter, we are going to build a modern system for administering justice which will benefit those who need it most. To achieve this, we will use an investment of nearly 1 000 000 000 GBP to transform our technology and our own skills and capabilities.
HMCTS require a Delivery Partner to assist in the strategic development and delivery of the
HMCTS Reform, working alongside the HMCTS team and the many key stakeholders.
We wish to award a 2 + 1 year (possible renewal) contract by the summer of 2017.
II.1.5) Estimated total value:
Value excluding VAT: 30000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
79996000, 79410000, 79411000, 79421200, 79420000, 79411100, 79412000, 79330000, 79414000, 79313000, 79421000, 79400000, 71241000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
England and Wales.

II.2.4) Description of the procurement:
HMCTS is looking for a Delivery Partner which has experience in delivering large-scale cultural and digital transformation programmes and which can work alongside the existing portfolio delivery team as a partner to support delivery of Reform.
The Delivery Partner will be expected to provide services in the following areas:
— Strategic transformation and expertise support;
— Design, Business Architecture, Customer insight and experience-driven capability;
— Project and Programme Delivery;
— People and Culture transformation;
— Property — management and delivery of projects; and
— Support to Technology team.
The Services will be contracted by way of work packages focusing on deliverables and outcomes.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 30000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Possible extension of 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates: Please refer to information published on eProcurement portal which includes document with evaluation criteria.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Please see Requirements brochure for more detail regarding requirements.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 235-428327
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-02-03 Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-02-20
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The procurement exercise will run via the eSourcing portal justicecommercial.bravosolution.co.uk.
If your organisation is not already registered then we advise you to register using the above link.
Please submit your response using Project reference prj_677 HMCTS Reform — Delivery Partner PQQ_58 HMCTS Reform — Delivery Partner.
The Crown Commercial Service (CCS) requires tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of contract are published online at for the general public. The contract 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 will be implementing a Single Operating Platform in 2017 and the provision for electronic invoicing and payment may become available during the course of this contract.
Any incumbent provider in the MoJ who are currently providing any relevant service to HMCTS have been asked to sign an Ethical Wall Agreement to be issued by the Authority.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Justice
Postal address: 102 Petty France, St. James’s Park
Town: London
Postal code: SW1H 9AJ
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The MoJ will provide a minimum Standstill Period of 10 calendar days following electronic notification of the award decision. Correspondence regarding the award should be communicated through the Ministry of Justice eSourcing portal (Bravo).

VI.5) Date of dispatch of this notice:2016-12-23


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Replacement Causeway System - Pre-Market Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: REPLACEMENT CAUSEWAY SYSTEM – PRE-MARKET ENGAGEMENT 2. Awarding Authority: CPD – Supplies and

May 8, 2024

United Kingdom-Belfast: Depolluted End of Life Vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014495/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Mixed