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
Telephone
+44 3450103503
Country
United Kingdom
NUTS 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
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Low Value Facilities Management & Workplace Services DPS
Reference number
RM6264
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
CCS intends to put in place a dynamic purchasing system for the provision of Low Value FM & Workplace related Services.
The DPS will offer an alternative route to market. It will focus on lower value contracts (less than £1m total value) and will look to attract SME's suppliers. This DPS complements the existing FM Marketplace framework and provides customers with a range of procurement solutions.
It offers a varied range of works and services for public sector estates, such as maintenance, response repairs, supply and installation works. This agreement will also include services such as CAFM, help-desk services, and waste.
The DPS is to be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to, Local Authorities, Health, Police, Fire and Rescue, Education, Housing, Charities, Not for Profit, Nuclear and Devolved Administrations and International.
This DPS remains open for any supplier to request to participate throughout its duration. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS agreement.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34990000 - Control, safety, signalling and light equipment
- 35000000 - Security, fire-fighting, police and defence equipment
- 42933000 - Vending machines
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45232430 - Water-treatment work
- 45236119 - Repair work on sports fields
- 45236290 - Repair work on recreational areas
- 45259000 - Repair and maintenance of plant
- 45259100 - Wastewater-plant repair and maintenance work
- 45259200 - Purification-plant repair and maintenance work
- 45259300 - Heating-plant repair and maintenance work
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 45300000 - Building installation work
- 45400000 - Building completion work
- 48170000 - Compliance software package
- 48420000 - Facilities management software package and software package suite
- 50000000 - Repair and maintenance services
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50400000 - Repair and maintenance services of medical and precision equipment
- 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 55300000 - Restaurant and food-serving services
- 55400000 - Beverage-serving services
- 55500000 - Canteen and catering services
- 55523000 - Catering services for other enterprises or other institutions
- 55524000 - School catering services
- 65500000 - Meter reading service
- 70332000 - Non-residential property services
- 70332200 - Commercial property management services
- 71300000 - Engineering services
- 71311300 - Infrastructure works consultancy services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315000 - Building services
- 71315100 - Building-fabric consultancy services
- 71315210 - Building services consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection services
- 71317000 - Hazard protection and control consultancy services
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 71318000 - Advisory and consultative engineering services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71330000 - Miscellaneous engineering services
- 71334000 - Mechanical and electrical engineering services
- 71350000 - Engineering-related scientific and technical services
- 71356000 - Technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 72224000 - Project management consultancy services
- 72225000 - System quality assurance assessment and review services
- 72510000 - Computer-related management services
- 72514300 - Facilities management services for computer systems maintenance
- 75100000 - Administration services
- 77320000 - Sports fields maintenance services
- 79342300 - Customer services
- 79342310 - Customer survey services
- 79342311 - Customer satisfaction survey
- 79342320 - Customer-care services
- 79510000 - Telephone-answering services
- 79512000 - Call centre
- 79900000 - Miscellaneous business and business-related services
- 79930000 - Specialty design services
- 79993100 - Facilities management services
- 90400000 - Sewage services
- 90460000 - Cesspool or septic tank emptying 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
- 90711500 - Environmental monitoring other than for construction
- 90920000 - Facility related sanitation services
- 98110000 - Services furnished by business, professional and specialist organisations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Low Value Facilities Management and Workplace Services up to £1m.
two.3) Estimated date of publication of contract notice
30 September 2021
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
The purpose of the PIN is to signal an intention to commence market engagement with those within the facilities management market. CCS is considering undertaking a tendering exercise to set up a new contracting vehicle to service Central Government and Wider Public Sector Facilities Management & Workplace Services requirements.
Suppliers interested in potentially bidding for the resulting Dynamic Purchasing Services commercial contract. If you are interested in attending market engagement please express your interest by emailing our team using this email address:
rm6264@crowncommercial.gov.uk.
Your email must clearly state:
1. Organisation name
2. Contact name
3. Job title of contact (including responsibility within your organisation)
4. Contact phone number
5. Contact email
6. Organisation website link
Please also provide contact details for the individual(s) who will be participating in the market engagement.
The value in II.1.5 is an indicative value over 4 years.
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 to monitor Find a Tender Services for the publication of the contract notice(s)
This prior information notice replaces the previous PIN issued on the 15/09/2021 (2021/S/000 022986)