Opportunity

Facilities Management & Workplace Services

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

F02: Contract notice

Notice reference: 2021/S 000-027271

Published 29 October 2021, 10:45pm



The closing date and time has been changed to:

18 February 2022, 3:00pm

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 3150103503

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

Facilities Management & Workplace Services

Reference number

RM6232

two.1.2) Main CPV code

  • 79993100 - 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 & Workplace 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 & Workplace Services required by UK Central Government Departments

two.1.5) Estimated total value

Value excluding VAT: £35,000,000,000

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: 6

two.2) Description

two.2.1) Title

Lot 1a - Total FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 1a

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 1a is for Total Facilities Management with a per annum contract value of £0.00 to £1.5m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 1b - Total FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 1b

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45431000 - Tiling work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 1b is for Total Facilities Management with a per annum contract value of over £1.5 to £10m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 1c - Total FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 1c

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 1c is for Total Facilities Management with a per annum contract value of over £10m+

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 2a - Hard FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 2a

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 65500000 - Meter reading service
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72514000 - Computer facilities management services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90460000 - Cesspool or septic tank emptying services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 2a is for Hard Facilities Management with a per annum contract value of £0.00 to £1.5m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 2b - Hard FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 2b

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 65500000 - Meter reading service
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72514000 - Computer facilities management services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90460000 - Cesspool or septic tank emptying services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 2b is for Hard Facilities Management with a per annum contract value of over £1.5 to £10m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 2c - Hard FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 2c

two.2.2) Additional CPV code(s)

  • 34990000 - Control, safety, signalling and light equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35120000 - Surveillance and security systems and devices
  • 42113390 - Fuel-gas systems
  • 42122000 - Pumps
  • 45000000 - Construction work
  • 45111310 - Dismantling works for military installations
  • 45210000 - Building construction work
  • 45222300 - Engineering work for security installations
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 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
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48421000 - Facilities management software package
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 50530000 - Repair and maintenance services of machinery
  • 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
  • 51122000 - Installation services of flagpoles
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 65500000 - Meter reading service
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71310000 - Consultative engineering and construction services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72514000 - Computer facilities management services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90460000 - Cesspool or septic tank emptying services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 2c is for Hard Facilities Management with a per annum contract value of over £10m+

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 3a - Soft FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

lot 3a

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 48421000 - Facilities management software package
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 3a is for Soft Facilities Management with a per annum contract value of £0.00 to £1m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 3b - Soft FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 3b

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 48421000 - Facilities management software package
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 3b is for Soft Facilities Management with a per annum contract value of over £1 to £7m

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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) Description

two.2.1) Title

Lot 3c - Soft FM. The value given in Section 11.2.6 is the estimated total value for all Lots for the entire duration of the framework agreement, as confirmed in Section 11.1.5

Lot No

Lot 3c

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 48421000 - Facilities management software package
  • 55000000 - Hotel, restaurant and retail trade services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and catering services
  • 55520000 - Catering services
  • 55900000 - Retail trade services
  • 60120000 - Taxi services
  • 63700000 - Support services for land, water and air transport
  • 63712600 - Vehicle refuelling services
  • 63721000 - Port and waterway operation services and associated services
  • 63733000 - Aircraft refuelling services
  • 64100000 - Post and courier services
  • 65500000 - Meter reading service
  • 70210000 - Residential property renting or leasing services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332100 - Land management services
  • 70333000 - Housing services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631490 - Runway-inspection services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75123000 - Administrative housing services
  • 77211500 - Tree-maintenance services
  • 77230000 - Services incidental to forestry
  • 77300000 - Horticultural services
  • 77310000 - Planting and maintenance services of green areas
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 79710000 - Security services
  • 79715000 - Patrol services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80510000 - Specialist training services
  • 85100000 - Health services
  • 90460000 - Cesspool or septic tank emptying services
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90524000 - Medical waste services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92610000 - Sports facilities operation services
  • 98310000 - Washing and dry-cleaning services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 98340000 - Accommodation and office services
  • 98351000 - Car park management services
  • 98393000 - Tailoring services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Facilities Management and Workplace Services for use by Central Government and UK public sector bodies.

Lot 3c is for Soft Facilities Management with a per annum contract value of over £7m+

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £35,000,000,000

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


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: 2021/S 000-017569

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

Originally published as:

Date

4 January 2022

Local time

3:00pm

Changed to:

Date

18 February 2022

Local time

3:00pm

See the change notice.

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

4 January 2022

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/1cd0ac1d-fc8b-4856-86d2-311b9d5b6fda

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

4). Additional CPV codes

For information on how to access your free version of NEC3 or NEC4 during the tender period, please consult the Attachment 1 - About the Framework which is available from the eSourcing tool and Contracts Finder.

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.

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.

All bidders can bid for all Lots. However, you can only be awarded a place on 2 of the 3 value banded Lots, within each of the Lot groups (Total FM, Hard FM, Soft FM).

Therefore in the event that you are successful in all 3 value banded Lots within a given Lot group, you will need to confirm your preferences as part of the framework submission. Should you then be successful in all value bands with a Lot group, your preferences will be used to determine your preferred choice.

At Part 12 of Attachment 2a - Selection Questionnaire, CCS has included criteria to assess compliance with PPN 04/15 Past Performance (applicable to Lots 1b and 1c only). CCS will also assess whether this selection criterion is met on request from the framework agreement user prior to the proposed conclusion of a call-off agreement with a value of £20 million or greater (excluding VAT). Failure to meet the selection criteria will render the Supplier ineligible for that call-off agreement.

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/