Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
Crown Commercial Service (CCS) has established 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
consists 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
Please refer to original contract award notice for full list of CPV codes for each Lot.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
27 July 2021
End date
26 June 2025
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 four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2021/S 000-021220
Section five. Award of contract/concession
Contract No
RM6157
Lot No
All Lots
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
27 July 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
See Contracts Finder Notice for full supplier list
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £900,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section V.2.4 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
A full list of successful suppliers is available on Contracts Finder. As part of this contract award notice the following can be accessed at:
https://www.contractsfinder.service.gov.uk/Notice/3d686788-9ffe-49b5-9a76-d9c84abb06cf
1) Redacted Commercial Agreement;
2) Transparency Agenda
3) List of Successful Suppliers;
4) Customer list
5) Attachment 10 - Contract Documents
6) Redacted Award Confirmation Notice
7) Redacted Offer Document
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 were required to 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 were required 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.
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.
The Supplier will pay, excluding VAT, 1% of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.
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 Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Crown Commercial Service (CCS) has established 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 consists 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
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
27 July 2021
End date
26 January 2026
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£900,000,000
seven.1.7) Name and address of the contractor/concessionaire
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street. L3 9PP
Liverpool
L3 9PP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The decision has been made not to re procure the BME Framework (RM6157) and for the future demand going forward will be serviced via the Tail Spend Solution (RM6202) Commercial Agreement as an alternative route to market for customers. Until this transition can be implemented in early 2026 the extension is requested as the current Tail Spend Solution (RM6202) is product focused, but may look to incorporate a broader services provision within the next iteration of the agreement as a result this extension allows for a potentially smoother transition of future demand, which may also allow Lot 9 Plant and Tool Hire to continue on the Tail Spend Solution next iteration. As a result of the modification, Building Materials & Equipment will now expire on 26th January 2026 which is in line
with the implementation of the next iteration of the Tail Spend Solution Framework
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
In accordance with Regulation 72 paragraph 1 (e ) of the Public Contract Regulations 2015, CCS intends to modify the Building Materials & Equipment Framework Agreement (RM6157) by extending the term by 6 months.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £900,000,000
Total contract value after the modifications
Value excluding VAT: £900,000,000