Tender

Income Generation from Estates, Assets & IP

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

F02: Contract notice

Notice identifier: 2024/S 000-026106

Procurement identifier (OCID): ocds-h6vhtk-045274

Published 16 August 2024, 12:13pm



The closing date and time has been changed to:

15 September 2028, 11:59pm

See the change notice.

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 345410222

Country

United Kingdom

Region 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://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

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

Income Generation from Estates, Assets & IP

Reference number

RM6350

two.1.2) Main CPV code

  • 55900000 - Retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service as the authority intends to put in place a new pan-government collaborative agreement for the provision of income generation from estates, assets and Intellectual Property (IP). This will be a Dynamic Purchasing Solution where suppliers can join throughout the life of the agreement.

This agreement will be used by Central Government Departments, their agencies, (including publicly owned transport organisations), Non Departmental Public Bodies, and all other UK Public Sector bodies, including local authorities, health, education providers, devolved administrations and charities.

two.1.5) Estimated total value

Value excluding VAT: £700,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30123200 - Automatic cash dispensers
  • 31158100 - Battery chargers
  • 42914000 - Recycling equipment
  • 42933300 - Automatic goods-vending machines
  • 44421700 - Boxes and lockers
  • 44421720 - Lockers
  • 55900000 - Retail trade services
  • 79340000 - Advertising and marketing services
  • 79341000 - Advertising services
  • 79961000 - Photographic services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The agreement will enable government and public sector bodies to run mini competitions to establish contracts with suppliers for income generation services including but not limited to the following services:

-Self service vending - traditional and non-traditional

-Automated retail

-Pop up retail

-Automated Cash Machines (ATMs)

-Photo Booths

-Reverse Vending

-Portable Battery Chargers for Mobile Devices

-Delivery / Storage Lockers

-Commercial Out of Home Advertising and Experiential

-Brand Licensing

-Commercial Sponsorship

two.2.5) Award criteria

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

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


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

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6350 – Income Generation from Estates, Assets and IP DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and clicking on RM6350 – Income Generation from Estates, Assets and IP

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6350 – Income Generation from Estates, Assets and IP DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above.

An example of how to register for the DPS platform can be found at the following YouTube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Registration is free. There is no limit on the number of suppliers who can join this DPS agreement. 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 and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS Agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

As part of this contract notice the following documents can be accessed at

https://www.contractsfinder.service.gov.uk/Notice/ae1f9a0c-2344-4813-ae58-4c7ba2b982e2

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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: 2024/S 000-012257

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

Originally published as:

Date

15 August 2028

Changed to:

Date

15 September 2028

Local time

11:59pm

See the change notice.

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

English


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

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement.

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,or IASME equivalent for services under and in connection with this procurement.

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 345410222

Country

United Kingdom

Internet address

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