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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
Region 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
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
Facilities Management and Workplace Services DPS
Reference number
RM6264
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 dynamic purchasing system for the provision of Facilities Management and Workplace related Services.
This dynamic purchasing system (DPS) will provide FM services to the Wider Public Sector and Central Government. It offers a compliant route to market for the procurement of lower value and / or less complex hard and soft FM services.
This DPS complements the Facilities Management and Workplace Services framework RM6232 which may be suitable for higher value procurements.
The services available include:
● Catering Services
● Cleaning Services
● Defence Only - End User Accommodation Services
● Helpdesk Services
● Landscaping Services
● Maintenance Services
● Miscellaneous FM Services
● Security Services
● Smart FM Solutions including Computer Aided Facility Management (CAFM) Services
● Specialist Defence FM Services
● Statutory Obligations / Compliance Services
● Visitor Support Services
● Waste Services
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
- 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
- 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
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 dynamic purchasing system for the provision of Facilities Management and Workplace related Services.
The DPS will offer an alternative route to market for lower value and / or less complex contracts and will look to attract SME suppliers. This DPS complements the existing Facilities Management Marketplace framework (RM6232) and provides customers with a range of procurement solutions. It offers a wide 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.
This DPS will be available 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.
The Facilities Management and Workplace Services DPS will be organised into distinct categories to enable Suppliers to select all elements relevant to their service offering.
Customers can filter the elements to produce a shortlist of Suppliers to invite to a competition.
The four (4) distinct categories comprise of:
● Services
● Building Type
● Location
● Annual Contract Value
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The DPS has an optional extension of 1 + 1 years.
Customers may enter into a contract with a Supplier for a period of their determining, up to a Contract Initial Period of a maximum of one hundred and twenty (120) months, which may exceed the duration of the RM6264 DPS Agreement.
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.2.14) Additional information
This Dynamic Purchasing Agreement (DPS) for the provision of Facilities Management and Workplace Services sits alongside a Framework Agreement for Facilities Management and Workplace Services (RM6232).
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 RM6264 – Facilities Management and Workplace Services 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 Facilities Management and Workplace Services DPS
Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6264 – Facilities Management and Workplace Services 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
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/2beac901-5c90-4a54-a056-037d888aa354
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-032284
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
9 February 2027
Local time
3:00pm
Changed to:
Date
23 February 2029
Local time
3:00pm
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. The Authority expressly reserves the right:
(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.
We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.
It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 cybersecurity 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.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom