- Scope of the procurement
- Lot 1a. Standard Wash Linen and Laundry Services
- Lot 1b. Specialist Laundry Services (Theatre Packs)
- Lot 1c. Standard Wash Linen and Laundry Services and Theatre Packs
- Lot 1d. Specialist Cleanroom Laundry Services
- Lot 2a. General Cleaning Services and Pest Control
- Lot 2b. Ambulance and Vehicle Deep Clean Services
- Lot 3a. Non-Hazardous Clinical Waste
- Lot 3b. Hazardous Clinical Waste
- Lot 3c. General Waste (Hazardous and Non-Hazardous)
- Lot 3d. Recyclable General Waste
- Lot 3e. Confidential Waste
- Lot 3f. Feminine Hygiene Waste
- Lot 3g. Total Waste Management Service
- Lot 4a. Patient Catering
- Lot 4b. Retail Catering and Hospitality Services
- Lot 5. Bundled Soft FM
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Healthcare Soft Facilities Management (FM) Services
Reference number
RM6331
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Public Sector Collaborative Agreement for the provision of Healthcare Soft FM Services 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.
The lotting structure of this framework covers a variety of Soft FM and Hotel Services typically bought by the NHS including: Waste, Catering, Linen & Laundry, Cleaning, Security, Reception Services, Portering and Grounds Maintenance.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Standard Wash Linen and Laundry Services
Lot No
Lot 1a
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 1A will be responsible for the provision of standard wash linen and laundry services, including the processing (wash and finish) and transportation (collection and return) of linen items to Buyers;
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £230,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Specialist Laundry Services (Theatre Packs)
Lot No
Lot 1b
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 1B will be responsible for the provision of Specialist Laundry Services (theatre packs and drapes) including the processing (wash and finish) and transportation (collection and return) of items, which are hired to the Buyer from the Supplier;
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Standard Wash Linen and Laundry Services and Theatre Packs
Lot No
Lot 1c
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 1C will be responsible for the provision of standard wash linen and laundry services and Specialist Laundry Services (theatre packs and drapes);
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Specialist Cleanroom Laundry Services
Lot No
Lot 1d
two.2.2) Additional CPV code(s)
- 18000000 - Clothing, footwear, luggage articles and accessories
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 50830000 - Repair services of garments and textiles
- 98300000 - Miscellaneous services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 1D will be responsible for the provision of Specialist Cleanroom Laundry Services including the processing (wash and finish) and transportation (collection and return) of cleanroom garments at the ISO classification specified by the Buyer at the Call-Off stage;
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
General Cleaning Services and Pest Control
Lot No
Lot 2a
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 45452000 - Exterior cleaning work for buildings
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 2A will be responsible for the provision of routine cleaning to enhance the patient environment of the Buyers Premises in accordance with national standards for cleaning and infection control and prevention. The Suppliers appointed to Lot 2A will be responsible for the provision of a range of Pest Control Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Ambulance and Vehicle Deep Clean Services
Lot No
Lot 2b
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 2B will be responsible for the provision of specialist cleaning and make ready services for ambulances and vehicles associated with the delivery of clinical services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Non-Hazardous Clinical Waste
Lot No
Lot 3a
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3A will be responsible for the provision of Waste Management Services for non-hazardous clinical wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £240,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Hazardous Clinical Waste
Lot No
Lot 3b
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3B will be responsible for the provision of Waste Management Services for hazardous clinical wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £240,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
General Waste (Hazardous and Non-Hazardous)
Lot No
Lot 3c
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3C will be responsible for the provision of Waste Management Services for both hazardous and non-hazardous general wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £240,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Recyclable General Waste
Lot No
Lot 3d
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3D will be responsible for the provision of Waste Management Services for recyclable wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Confidential Waste
Lot No
Lot 3e
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3E will be responsible for the provision of Waste Management Services for confidential wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Feminine Hygiene Waste
Lot No
Lot 3f
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 3F will be responsible for the provision of Waste Management Services for feminine hygiene wastes on behalf of the Buyer(s).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Total Waste Management Service
Lot No
Lot 3g
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers appointed to Lot 3g will be capable of delivering all Services included within Lots 3A, 3B, 3C, 3D, 3E and 3F as a total waste management service.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Patient Catering
Lot No
Lot 4a
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 33692200 - Parenteral nutrition products
- 39310000 - Catering equipment
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 4A will be responsible for the provision of a healthy, nutritious and appetising full meal service to patients including both in-patients and day patients (where required).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Retail Catering and Hospitality Services
Lot No
Lot 4b
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 33692200 - Parenteral nutrition products
- 39310000 - Catering equipment
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Suppliers appointed to Lot 4B will be responsible for the provision of an appealing and healthy range of retail catering solutions and hospitality services for visitors and staff.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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) Description
two.2.1) Title
Bundled Soft FM
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 15800000 - Miscellaneous food products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 31625000 - Burglar and fire alarms
- 32223000 - Video transmission apparatus
- 33692200 - Parenteral nutrition products
- 34928480 - Waste and rubbish containers and bins
- 35000000 - Security, fire-fighting, police and defence equipment
- 38500000 - Checking and testing apparatus
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42900000 - Miscellaneous general and special-purpose machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 55000000 - Hotel, restaurant and retail trade services
- 55500000 - Canteen and catering services
- 60120000 - Taxi services
- 63712400 - Parking services
- 71000000 - Architectural, construction, engineering and inspection services
- 75000000 - Administration, defence and social security services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79993100 - Facilities management services
- 85112000 - Hospital support services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers appointed to Lot 5 will be responsible for the provision of two or more services from Lots 1a - 1d, 2a, 3a - 3g, 4a - 4b or additional services for grounds maintenance, security, porterage and logistics, and visitor support services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £1,480,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for a further 12 months.
CCS reserve the right to extend lots by varying durations
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
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: 2022/S 000-024557
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 September 2023
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
Tender must be valid until: 24 March 2024
four.2.7) Conditions for opening of tenders
Date
26 September 2023
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/0cd7f2f9-4a25-47e9-a36f-2ded0734ac11
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. 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.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
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.
In each Lot, there is no limit on the number of places on the framework. The competition process is set out in the ITT documentation.
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 eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom