Opportunity

Building Materials & Equipment

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2021/S 000-004774

Published 9 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building Materials & Equipment

Reference number

RM6157

two.1.2) Main CPV code

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service (CCS) intends to establish a Framework Agreement for the provision of Building Materials and Equipment to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all Building Materials & Equipment required by UK Central Government Departments. The Agreement will consist of a wide range of Building Materials and Equipment. The full Specification is set out in the Invitation to Tender (ITT).

.

• Lot 1- Heavy Building Materials and One Stop Shop

• Lot 2 - Plumbing, Heating, Bathrooms

• Lot 3 - Electrical Products

• Lot 4 - Paints and Solvents

• Lot 5 - Floor Finishes

• Lot 6 - Kitchens Domestic

• Lot 7 - Personal Protective Equipment (Workwear, General , Specialist)

• Lot 8 - Building & Construction Tools & Equipment - Purchase

• Lot 9 - Building & Construction Tools & Equipment – Hire

two.1.5) Estimated total value

Value excluding VAT: £900,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 9

two.2) Description

two.2.1) Title

Heavy Building Materials and 'One Stop Shop'

Lot No

1

two.2.2) Additional CPV code(s)

  • 14210000 - Gravel, sand, crushed stone and aggregates
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18200000 - Outerwear
  • 18300000 - Garments
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 24910000 - Glues
  • 24957000 - Chemical additives
  • 24957200 - Additives for cements, mortars or concretes
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31120000 - Generators
  • 33700000 - Personal care products
  • 33730000 - Eye care products and corrective lenses
  • 33735000 - Goggles
  • 33735100 - Protective goggles
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35100000 - Emergency and security equipment
  • 38300000 - Measuring instruments
  • 39141000 - Kitchen furniture and equipment
  • 39141400 - Fitted kitchens
  • 39144000 - Bathroom furniture
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39224000 - Brooms and brushes and other articles of various types
  • 39710000 - Electrical domestic appliances
  • 39800000 - Cleaning and polishing products
  • 39812000 - Polishes and creams
  • 39812400 - Sweeping compounds
  • 39812500 - Sealants
  • 42100000 - Machinery for the production and use of mechanical power
  • 42400000 - Lifting and handling equipment and parts
  • 42500000 - Cooling and ventilation equipment
  • 42600000 - Machine tools
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 43000000 - Machinery for mining, quarrying, construction equipment
  • 43640000 - Parts of excavating machinery
  • 43800000 - Workshop equipment
  • 43830000 - Power tools
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44100000 - Construction materials and associated items
  • 44111100 - Bricks
  • 44111200 - Cement
  • 44111400 - Paints and wallcoverings
  • 44111600 - Blocks
  • 44111700 - Tiles
  • 44111800 - Mortar (construction)
  • 44112500 - Roofing materials
  • 44112700 - Beams
  • 44115000 - Building fittings
  • 44115100 - Ducting
  • 44190000 - Miscellaneous construction materials
  • 44200000 - Structural products
  • 44220000 - Builders' joinery
  • 44221000 - Windows, doors and related items
  • 44230000 - Builders' carpentry
  • 44300000 - Cable, wire and related products
  • 44400000 - Miscellaneous fabricated products and related items
  • 44410000 - Articles for the bathroom and kitchen
  • 44420000 - Goods used in construction
  • 44424000 - Meter-housing boxes and tape
  • 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
  • 44511000 - Hand tools
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44800000 - Paints, varnishes and mastics
  • 44810000 - Paints

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply and deliver construction related materials and equipment to Additional Clients throughout the Framework Agreement and any Call Off Contracts. Lot 1 is a ‘One Stop Shop’ for procurement from two or more of lots 2 to 9

The Supplier shall supply and deliver to areas in the UK as indicated in their tender response.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Buyers and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers will not be required to provide National Coverage.

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to thirty suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £360,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Plumbing, Heating and Bathrooms

Lot No

2

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39812500 - Sealants
  • 42310000 - Furnace burners
  • 42500000 - Cooling and ventilation equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44115100 - Ducting
  • 44115200 - Plumbing and heating materials
  • 44115210 - Plumbing materials
  • 44115220 - Heating materials
  • 44160000 - Pipeline, piping, pipes, casing, tubing and related items
  • 44410000 - Articles for the bathroom and kitchen
  • 44411000 - Sanitary ware
  • 44425000 - Rings, seals, bands, sticks and grout packers
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621000 - Radiators and boilers
  • 44621100 - Radiators
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621221 - Parts of central-heating boilers
  • 44622000 - Heat-recovery systems

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply and deliver plumbing, heating and bathroom materials and equipment to Additional Clients throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Additional Clients and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage.

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to twelve suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £45,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement

two.2) Description

two.2.1) Title

Electrical Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 09331000 - Solar panels
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31440000 - Batteries
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44111511 - Electrical insulators
  • 44111530 - Electrical insulating fittings
  • 44115000 - Building fittings
  • 44115200 - Plumbing and heating materials
  • 44300000 - Cable, wire and related products
  • 44400000 - Miscellaneous fabricated products and related items
  • 44425000 - Rings, seals, bands, sticks and grout packers
  • 44510000 - Tools
  • 44511000 - Hand tools
  • 44512000 - Miscellaneous hand tools
  • 44514000 - Tool handles and tool parts
  • 44530000 - Fasteners
  • 44532000 - Non-threaded fasteners
  • 44620000 - Central-heating radiators and boilers and parts

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply and deliver electrical materials and equipment to Additional Clients throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Additional Clients and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to twelve suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Paints and Solvents

Lot No

4

two.2.2) Additional CPV code(s)

  • 39224210 - Painters' brushes
  • 39812500 - Sealants
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44111400 - Paints and wallcoverings
  • 44800000 - Paints, varnishes and mastics
  • 44812400 - Decorating supplies
  • 44832000 - Solvents

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply paints, solvents and related materials and equipment to Additional Clients throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Additional Clients and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage.

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to six suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Flooring

Lot No

5

two.2.2) Additional CPV code(s)

  • 24911200 - Adhesives
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39530000 - Carpets, mats and rugs
  • 39531000 - Carpets
  • 39531310 - Carpet tiles
  • 39812500 - Sealants
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44111300 - Ceramics
  • 44111700 - Tiles
  • 44112200 - Floor coverings
  • 44112210 - Solid flooring
  • 44191200 - Laminated wood
  • 44831400 - Grout
  • 45432100 - Floor laying and covering work

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply flooring materials and equipment to Buyers throughout the Framework Agreement and any Call Off Contracts. The Supplier may also be required to supply and install flooring to various buyers within areas of the UK as submitted in their tender response throughout the Framework Agreement and any Call Off Contracts. Suppliers will not be required to provide National Coverage to enable the SME Policy to be implemented.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Buyers and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to six suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £90,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Kitchens (domestic)

Lot No

6

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39141000 - Kitchen furniture and equipment
  • 39141100 - Shelves
  • 39141200 - Worktops
  • 39141300 - Cabinets
  • 39141400 - Fitted kitchens
  • 39221000 - Kitchen equipment
  • 39710000 - Electrical domestic appliances
  • 44410000 - Articles for the bathroom and kitchen
  • 45421151 - Installation of fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply kitchens and related materials and equipment to Buyers throughout the Framework Agreement and any Call Off Contracts. The Supplier may also be required to supply and install kitchens to various buyers across the whole of the UK throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Buyers and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to ten suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £45,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Personal Protective Equipment (Workwear, General and Specialist)

Lot No

7

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18113000 - Industrial clothing
  • 18114000 - Coveralls
  • 18141000 - Work gloves
  • 18142000 - Safety visors
  • 18143000 - Protective gear
  • 18200000 - Outerwear
  • 18210000 - Coats
  • 18213000 - Wind jackets
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 18221200 - Anoraks
  • 18221300 - Raincoats
  • 18224000 - Clothing made of coated or impregnated textile fabrics
  • 18230000 - Miscellaneous outerwear
  • 18300000 - Garments
  • 18330000 - T-shirts and shirts
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 18420000 - Clothing accessories
  • 18422000 - Scarves
  • 18424000 - Gloves
  • 18424300 - Disposable gloves
  • 18424500 - Gauntlets
  • 18440000 - Hats and headgear
  • 18443000 - Headgear and headgear accessories
  • 18443500 - Visors
  • 18444000 - Protective headgear
  • 18444100 - Safety headgear
  • 18444200 - Hard hats
  • 18800000 - Footwear
  • 18811000 - Waterproof footwear
  • 18812200 - Rubber boots
  • 18813000 - Footwear with uppers of leather
  • 18814000 - Footwear with uppers of textile materials
  • 18815300 - Knee boots
  • 18815400 - Waders
  • 18830000 - Protective footwear
  • 18831000 - Footwear incorporating a protective metal toecap
  • 18832000 - Special footwear
  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices
  • 33700000 - Personal care products
  • 33730000 - Eye care products and corrective lenses
  • 33734000 - Spectacles
  • 33735000 - Goggles
  • 33735100 - Protective goggles
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 35113410 - Garments for biological or chemical protection
  • 35113420 - Nuclear and radiological protection clothing
  • 35113430 - Safety vests
  • 35113440 - Reflective vests
  • 35113450 - Protective coats or ponchos
  • 35113470 - Protective shirts or pants
  • 35113480 - Protective wristbands
  • 35800000 - Individual and support equipment
  • 37412210 - Buoyancy compensators
  • 38341000 - Apparatus for measuring radiation
  • 39525300 - Life jackets
  • 39812000 - Polishes and creams

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply personal protective equipment (PPE), general and specialist workwear and related materials and equipment to Buyers throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the materials and / or equipment comply with the types requested by the Buyers and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to sixteen suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £225,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Building and Construction Tools & Equipment – Purchase

Lot No

8

two.2.2) Additional CPV code(s)

  • 31440000 - Batteries
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 39151200 - Work benches
  • 39241100 - Knives
  • 39241200 - Scissors
  • 42522000 - Non-domestic fans
  • 42600000 - Machine tools
  • 42623000 - Milling machines
  • 42670000 - Parts and accessories of machine tools
  • 43000000 - Machinery for mining, quarrying, construction equipment
  • 43132300 - Drills
  • 43800000 - Workshop equipment
  • 43830000 - Power tools
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
  • 44510000 - Tools
  • 44511000 - Hand tools
  • 44511100 - Spades and shovels
  • 44511300 - Mattocks, picks, hoes, rakes and beach rakes
  • 44511500 - Hand saws
  • 44512000 - Miscellaneous hand tools
  • 44512100 - Chisels
  • 44512200 - Pliers
  • 44512210 - Crimping pliers
  • 44512300 - Hammers
  • 44512500 - Spanners
  • 44512700 - Files or rasps
  • 44512900 - Drill bits, screwdriver bits and other accessories
  • 44512910 - Drill bits
  • 44512920 - Screwdriver bits
  • 44512930 - Tool carriers
  • 44513000 - Treadle-operated tools
  • 44514000 - Tool handles and tool parts
  • 44514100 - Tool handles
  • 44514200 - Tool parts
  • 44520000 - Locks, keys and hinges
  • 44523000 - Hinges, mountings and fittings
  • 44530000 - Fasteners
  • 44531000 - Threaded fasteners
  • 44532000 - Non-threaded fasteners
  • 44533000 - Copper fasteners
  • 44540000 - Chain

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall supply building and construction tools and equipment to Buyers throughout the Framework Agreement and any Call Off Contracts.

The Supplier shall ensure that the tools and equipment comply with the types requested by the Buyers and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

Suppliers are required to provide national coverage.

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to twelve suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £21,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Building and Construction Tools & Equipment – Hire

Lot No

9

two.2.2) Additional CPV code(s)

  • 16160000 - Miscellaneous gardening equipment
  • 24911200 - Adhesives
  • 31120000 - Generators
  • 31170000 - Transformers
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34142000 - Crane and dumper trucks
  • 34142100 - Elevator-platforms trucks
  • 34142200 - Skip loaders
  • 34142300 - Dumper trucks
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 38296000 - Surveying instruments
  • 38330000 - Hand-held instruments for measuring length
  • 39713400 - Floor-maintenance machines
  • 39713410 - Floor-cleaning machines
  • 42000000 - Industrial machinery
  • 42100000 - Machinery for the production and use of mechanical power
  • 42123000 - Compressors
  • 42400000 - Lifting and handling equipment and parts
  • 42410000 - Lifting and handling equipment
  • 42416300 - Hoists
  • 42418000 - Lifting, handling, loading or unloading machinery
  • 42420000 - Buckets, shovels, grabs and grips for cranes or excavators
  • 42500000 - Cooling and ventilation equipment
  • 42600000 - Machine tools
  • 42660000 - Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 42924300 - Spraying equipment
  • 42995000 - Miscellaneous cleaning machines
  • 43000000 - Machinery for mining, quarrying, construction equipment
  • 43200000 - Earthmoving and excavating machinery, and associated parts
  • 43210000 - Earthmoving machinery
  • 43220000 - Graders and levellers
  • 43230000 - Scraper machines
  • 43240000 - Tamping machines
  • 43413000 - Concrete or mortar mixers
  • 43640000 - Parts of excavating machinery
  • 43800000 - Workshop equipment
  • 43810000 - Woodworking equipment
  • 43830000 - Power tools
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44211100 - Modular and portable buildings
  • 44211200 - Cubicles
  • 44212230 - Towers
  • 44212313 - Supports
  • 44423220 - Folding steps
  • 44423330 - Platforms for handling goods
  • 44510000 - Tools
  • 44511000 - Hand tools
  • 44530000 - Fasteners
  • 45000000 - Construction work
  • 45340000 - Fencing, railing and safety equipment installation work

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Supplier shall hire and supply building and construction tools and equipment to Additional Clients throughout the Framework Agreement and any Call Off Contracts.

The Supplier may also be required to hire, supply and install equipment to various Additional Clients within areas of the UK as submitted in their tender response throughout the Framework Agreement and any Call Off Contracts. Suppliers will not be required to provide National Coverage.

The Supplier shall ensure that the tools and equipment comply with the types requested by the Additional Clients and be of the required quality in accordance with the relevant British Standards and European Standards (or equivalent).

The full deliverables required are set out in the Specification, the full Specification is set out in the Invitation to Tender (ITT).

A Framework Alliance Contract will be awarded to thirty suppliers for this Lot.

The maximum number of suppliers may increase where 2 or more have tied scores in last position only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £45,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The value provided in section II.2.6) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 230-568370

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 April 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 April 2021

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c9d22237-ca50-4f10-b89e-59490ebd5a27

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

PLEASE NOTE:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a Framework Agreement user (additional client) prior to the proposed conclusion of a call-off agreement (project contract) with a value in excess of 20 000 000 GBP.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/ccs