Future opportunity

Facilities Management and Security Services

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

F01: Prior information notice (prior information only)

Notice reference: 2024/S 000-024791

Published 7 August 2024, 10:24am



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

rm6378@crowncommercial.gov.uk

Telephone

+44 3454102222

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

Additional information can be obtained from 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

Facilities Management and Security Services

Reference number

RM6378

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 Government Collaborative Agreement for the provision of Facilities Management and Security 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.

It is intended that this commercial agreement will be the recommended vehicle for all Facilities Management required by UK Central Government Departments.

The lotting structure of this framework will be determined as a result of the market engagement.

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £120,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15800000 - Miscellaneous food products
  • 16000000 - Agricultural machinery
  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33692200 - Parenteral nutrition products
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34928000 - Road furniture
  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38500000 - Checking and testing apparatus
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42000000 - Industrial machinery
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44520000 - Locks, keys and hinges
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 48000000 - Software package and information systems
  • 48420000 - Facilities management software package and software package suite
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50700000 - Repair and maintenance services of building installations
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 50830000 - Repair services of garments and textiles
  • 51000000 - Installation services (except software)
  • 55000000 - Hotel, restaurant and retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712400 - Parking services
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65100000 - Water distribution and related services
  • 65300000 - Electricity distribution and related services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70300000 - Real estate agency services on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71310000 - Consultative engineering and construction services
  • 71351914 - Archaeological services
  • 71356000 - Technical services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72212730 - Security software development services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72510000 - Computer-related management services
  • 73431000 - Test and evaluation of security equipment
  • 75000000 - Administration, defence and social security services
  • 75222000 - Civil defence services
  • 75231000 - Judicial services
  • 75240000 - Public security, law and order services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79417000 - Safety consultancy services
  • 79710000 - Security services
  • 79800000 - Printing and related services
  • 79900000 - Miscellaneous business and business-related services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80500000 - Training services
  • 80600000 - Training services in defence and security materials
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90500000 - Refuse and waste related services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98000000 - Other community, social and personal services
  • 98300000 - Miscellaneous services
  • 98310000 - Washing and dry-cleaning services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Facilities Management and Security 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. It is intended that this commercial agreement will be the recommended vehicle for all Facilities Management required by UK Central Government Departments.

two.3) Estimated date of publication of contract notice

1 September 2025


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the Facilities Management and Security Services markets.

Crown Commercial Service intends to commence market engagement during August 2024, and continue the engagement into coming months.

Engagement will typically consist of surveys/questionnaires, one to one sessions, workshops and events.

We invite any suggestions or feedback on the future, including but not limited to, framework structure, service lines and processes. Existing relevant commercial agreements within Crown Commercial Service include:

- RM6232 Facilities Management and workplace services

(https://www.crowncommercial.gov.uk/agreements/RM6232)

- RM6257 Security - physical, technical and support services

(https://www.crowncommercial.gov.uk/agreements/RM6257)

- RM6331 Healthcare Soft FM

(https://www.crowncommercial.gov.uk/agreements/RM6331)

We ask that any industry experts, professional bodies, suppliers, buyers, and any other interested parties please express your interest by emailing rm6378@crowncommercial.gov.uk. Your email must clearly state the name of your organisation, the contact details of the individual(s) and any initial particular areas of interest.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is

https://crowncommercialservice.bravosolution.co.uk.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over an 8 year period, and does allow for values of all call-off contracts awarded within the life of the Framework, but may run beyond the expiry date of the Framework.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Find A Tender Service for the publication of the contract notice.

A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/c48b1558-f847-474d-a1e9-c51ee9ef26d3