Published date: 27 April 2017

This notice was replaced on 6 October 2017

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 16 October 2017, last edited 16 October 2017)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Real estate services - 70000000

Location of contract

Any region

Value of contract

£430,000,000

Procurement reference

RM3816

Published date

27 April 2017

Closing date

15 May 2017

Contract start date

18 July 2017

Contract end date

18 July 2021

Contract type

Service contract

Procedure type

Open procedure

Any interested supplier may submit a tender in response to an opportunity notice.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

PLEASE ENSURE YOU ALSO CAREFULLY AND FULLY READ THE MORE DETAILED INFORMATION CONTAINED IN THE CONTRACT NOTICE, WHICH IS PROVIDED AS AN ATTACHMENT TO THIS NOTICE

Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative
Framework Agreement for use by UK public sector bodies identified at VI.3 of the Contract Notice (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
The above Public Sector Bodies have a need for the professional management, advice guidance, negotiation and assistance on land, property and estates issues.
The Services covered are divided into the following Lots:
1) National;
2) Regional Panels:
Regional Panel 2A - East Anglia,
Regional Panel 2B - East and West Midlands,
Regional Panel 2C - London and South East England,
Regional Panel 2D - North East England,
Regional Panel 2E - North West England and North Wales, Regional Panel 2F - Northern Ireland,
Regional Panel 2G - Scotland,
Regional Panel 2H - South Wales and South West England;
Lot 3 Vertical Real Estates (VRE);
Lot 4 Facilities Management and Property Services (Procurement Managed Service).
Potential Providers have the opportunity to bid for all or any combination of the 4 Lots. Where a Potential Provider is successful in Lot 1 and Lot 2 the Potential Provider will only be awarded a place on Lot 1. Potential Providers have the opportunity to bid for all or any combination of Regional Panels in Lot 2. The maximum number of Regional Panels that a Potential Provider will be awarded is 3. Where a Potential Provider is successful in more than 3 Regional Panels the Potential Provider will be awarded only 3 according to the Potential Provider's order of preference. In this instance the next ranking Potential Provider will take its place in the other Regional Panels.
Potential Providers that are bidding independently for Lots 1 and or Lot 2 should not also bid for these Lots as a member of a Group of Economic Operators. Potential Providers doing so will be required to withdraw the independent bid or the bid may be considered to be non-compliant or the Authority may require the Potential Providers place in the Group of Economic Operators to be removed. For the avoidance of doubt, where any Potential Provider decides to bid both independently and as part of a consortia, the Authority reserves the right to exclude any bid where it has sufficiently plausible indications that the bid distorts competition.
The Authority reserves the right to Award all Lots or any combination thereof. The Lots may be awarded independently and at different times e.g. if the Authority were to be facing a potential challenge for Lot 4, the Authority would still award (following the conclusion of the mandatory standstill period) the other Lots. The Authority would then award Lot 4 at a later date.


More information

Attachments

Additional text

PLEASE ENSURE YOU ALSO CAREFULLY AND FULLY READ THE MORE DETAILED INFORMATION CONTAINED IN THE CONTRACT NOTICE, WHICH IS PROVIDED AS AN ATTACHMENT TO THIS NOTICE

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').
This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. 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. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for- suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: expressionofinterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
Responses must be published by the date in IV.3.4. of the Contract Notice

Detailed information about the public sector bodies which may use this Framework Agreement is provided in the Contract Notice.


About the buyer

Address

Crown Commercial Service
Rosebery Court, Thorpe St. Andrew's Business Park
Norwich
NR7 0HS
England

Telephone

+44 3450103503

Email

supplier@crowncommercial.gov.uk

Website

http://www.gov.uk/ccs