Published date: 23 October 2018
Last edited date: 23 October 2018
This notice was replaced on 14 February 2019
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 25 March 2019, last edited 25 March 2019)
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
Electrical machinery, apparatus, equipment and consumables; lighting - 31000000
Television and radio receivers, and sound or video recording or reproducing apparatus - 32300000
Telecommunications equipment and supplies - 32500000
Crash barriers - 34928100
Road barriers - 34928110
Barrier components - 34928120
Fences - 34928200
Fencing components - 34928220
Safety barriers - 34928300
Safety fencing - 34928310
Guardrails - 34928320
Bollards - 34928450
Street-lighting equipment - 34928500
Control, safety, signalling and light equipment - 34990000
Security, fire-fighting, police and defence equipment - 35000000
Baggage-scanning equipment - 38581000
X-ray inspection equipment - 38582000
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products - 39000000
Fuel-gas systems - 42113390
Helicopter refuelling package - 42122120
Fuel pumps - 42122180
Construction work - 45000000
Document creation, drawing, imaging, scheduling and productivity software package - 48300000
Facilities management software package and software package suite - 48420000
Communication and multimedia software package - 48500000
Database and operating software package - 48600000
Information systems and servers - 48800000
Miscellaneous software package and computer systems - 48900000
Repair and maintenance services - 50000000
Installation services of electrical and mechanical equipment - 51100000
Installation services of communications equipment - 51300000
Installation services of machinery and equipment - 51500000
Installation services of computers and office equipment - 51600000
Installation services of guidance and control systems - 51900000
Hotel, restaurant and retail trade services - 55000000
Taxi services - 60120000
Support services for land, water and air transport - 63700000
Post and courier services - 64100000
Water distribution and related services - 65100000
Electricity distribution and related services - 65300000
Meter reading service - 65500000
Property management services of real estate on a fee or contract basis - 70330000
Consultative engineering and construction services - 71310000
Technical services - 71356000
Construction-related services - 71500000
Technical testing, analysis and consultancy services - 71600000
Project management consultancy services - 72224000
Disaster recovery services - 72251000
Helpdesk and support services - 72253000
Computer-related management services - 72510000
Administration, defence and social security services - 75000000
Agricultural, forestry, horticultural, aquacultural and apicultural services - 77000000
Security services - 79710000
Printing services - 79810000
Miscellaneous business and business-related services - 79900000
Specialist training services - 80510000
Child daycare services - 85312110
Cesspool or septic tank emptying services - 90460000
Refuse and waste related services - 90500000
Cleaning and sanitation services in urban or rural areas, and related services - 90600000
Environmental services - 90700000
Cleaning and sanitation services - 90900000
Sports facilities operation services - 92610000
Services furnished by business, professional and specialist organisations - 98110000
Washing and dry-cleaning services - 98310000
Accommodation and office services - 98340000
Car park management services - 98351000
Other services - 98390000
Location of contract
Any region
Value of contract
£11,400,000,000
Procurement reference
RM6089
Published date
23 October 2018
Closing date
29 October 2018
Contract start date
4 March 2019
Contract end date
3 March 2023
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service (CCS) is seeking to establish a multi Supplier Framework Contract for the provision of Workplace Services.
This will be the second procurement to fall under the umbrella of the Facilities Management (FM) Marketplace which will consist of a number of FM Contracts accessible via an online portal.
The Framework Contract will consist of three Lots;
Lot 1 Security
Lot 2 Housing
Lot 3 Defence Facilities Management.
Lot 1 is split into two sub-lots, Lot 2 is split into three sub-lots with Lot 3 a single lot.
Sub-lot 2a, 2b and Lot 3 are part of the phased Future Defence Infrastructure Services Programme (FDIS). FDIS covers all sites and establishments on the UK Defence estate, except those with long-term contracts already in place (e.g. Main Building PFI, naval base contracts, etc). These sub-lots will be used as part of the FDIS programme.
More information
Attachments
-
- 2. Contract Notice - Reserved Rights for CCS Framework.docx
- Tender notice
- 2. Contract Notice - Reserved Rights for CCS Framework
-
- 3. Contract Notice - Transparency Info for CCS Framework.docx
- Tender notice
- 3. Contract Notice - Transparency Info for CCS Framework
-
- 4. Contract Notice - Authorised Customer List RM6089.docx
- Tender notice
- 4. Contract Notice - Authorised Customer List RM6089
-
- Attachment 1 - About the Framework V1.0.docx
- Tender notice
- Attachment 1 - About the Framework V1.0
-
- Attachment 2b - Geographical Boundaries V1.0.xlsx
- Tender notice
- Attachment 2b - Geographical Boundaries V1.0
-
- Attachment 3a Price Matrix sub-lot 1a v1.0.xlsx
- Tender notice
- Attachment 3a Price Matrix sub-lot 1a v1.0
-
- Attachment 3b Price Matrix sub-lot 1b v1.0.xlsx
- Tender notice
- Attachment 3b Price Matrix sub-lot 1b v1.0
-
- Attachment 3e Price Matrix sub-lot 2c v1.0.xlsx
- Tender notice
- Attachment 3e Price Matrix sub-lot 2c v1.0
-
- Attachment 5 - Financial assessment template .V1 xlsx.xlsx
- Tender notice
- Attachment 5 - Financial assessment template .V1 xlsx
-
- Attachment 6 - Consortia details V1.xlsx
- Tender notice
- Attachment 6 - Consortia details V1
-
- Attachment 7 - Key subcontractor details V1.xlsx
- Tender notice
- Attachment 7 - Key subcontractor details V1
-
- Attachment 8 - Certificates of Past Performance V1 .xlsx
- Tender notice
- Attachment 8 - Certificates of Past Performance V1
-
- Attachment 9 - Supplier Guidance.pdf
- Tender notice
- Attachment 9 - Supplier Guidance
-
- Attachment 10 - Framework award form population template V1.docx
- Tender notice
- Attachment 10 - Framework award form population template V1
-
- Attachment 11 - Employers Information Requirements V1.docx
- Tender notice
- Attachment 11 - Employers Information Requirements V1
-
- Attachment 12 - Framework Award Form -Final v1.0.docx
- Tender notice
- Attachment 12 - Framework Award Form -Final v1.0
-
- Core Terms v.3.0.4.docx
- Tender notice
- Core Terms v.3.0.4
-
- Framework Schedules .zip
- Tender notice
- Framework Schedules
-
- Joint Schedules.zip
- Tender notice
- Joint Schedules
-
- Attachment 2a Selection questionnaire (Qualification Questionnaire) V2.xlsx
- Tender notice
- Supercedes V1 published 17/09/2018
-
- Attachment 2 - How to bid V3.docx
- Tender notice
- Supercedes V2 published 19/09/2018
-
- Attachment 4 - Information and Declaration workbook V2.xlsx
- Tender notice
- Supercedes V1 published 26/09/2018
-
- Clarification Question 494 - Response.docx
- Tender notice
- Clarification Question 494 - Response
-
- Framework Schedules v3.zip
- Tender notice
- Framework Schedules v3
-
- Generic Building Types Doc.xlsx
- Tender notice
- Generic Building Types Doc
-
- Joint Schedules V2.zip
- Tender notice
- Supercedes V1 published 26/09/2018
-
- Attachment 2 - How to bid V4 .docx
- Tender notice
- Attachment 2 - How to bid V4 .docx
-
- Attachment 3c Price Matrix sub-lot 2a v3.0.xlsx
- Tender notice
- Attachment 3c Price Matrix sub-lot 2a v3.0.xlsx
-
- Attachment 3d Price Matrix sub-lot 2b v3.0.xlsx
- Tender notice
- Attachment 3d Price Matrix sub-lot 2b v3.0.xlsx
-
- Attachment 3f Price Matrix Lot 3 v3.0.xlsx
- Tender notice
- Attachment 3f Price Matrix Lot 3 v3.0.xlsx
-
- Framework Schedule 1A (Specification) sub-lot 1A Final v2.0.docx
- Tender notice
- Framework Schedule 1A (Specification) sub-lot 1A Final v2.0.docx
-
- Framework Schedule 1B (Specification) sub-lot 1B Final v 2.0.docx
- Tender notice
- Framework Schedule 1B (Specification) sub-lot 1B Final v 2.0.docx
-
- Framework Schedule 1E (Specification) sub-lot 2C Final v2.0.docx
- Tender notice
- Framework Schedule 1E (Specification) sub-lot 2C Final v2.0.docx
-
- Call Off Schedules v5.zip
- Tender notice
- Call Off Schedules v5.zip
-
- FM2 Change Log V3.xlsx
- Tender notice
- FM2 Change Log V3.xlsx
-
- Framework Schedule 1c (Specification) sub-lot 2A Final V2.0.docx
- Tender notice
- Framework Schedule 1c (Specification) sub-lot 2A Final V2.0.docx
-
- Framework Schedule 1d (Specification) sub-lot 2B Final V2.0.docx
- Tender notice
- Framework Schedule 1d (Specification) sub-lot 2B Final V2.0.docx
-
- Framework Schedule 1f (Specification) Lot 3 Final v2.0.docx
- Tender notice
- Framework Schedule 1f (Specification) Lot 3 Final v2.0.docx
Links
-
- https://ted.europa.eu/udl?uri=TED:NOTICE:405936-2018:TEXT:EN:HTML
- Tender notice
- Contract Finder
Additional text
-
The procurement documents are also available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Tender or requests to participate must be submitted electronically. To express your interest in this procurement:
1.Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2. On the dashboard there is a quick links portlet, click on My ITTs.
3. On the next screen click on ITTs open to all suppliers.
4. The RM6089 Workplace Services (FM Marketplace Phase 2) ITT will be displayed.
Note: There may also be other events listed on here. Click on the RM6089 Workplace Services (FM Marketplace Phase 2) ITT name.
5. Click on Express Interest at the top of the next screen
6. You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing help-desk operated by BravoSolution by email at: help@bravosolution.co.uk or by telephone at: 0345 010 3503.
Attached Documentation:
2. Contract Notice Reserved Rights for Crown Commercial Service Framework Agreement.docx
3. Contract Notice Transparency Information for Crown Commercial Service Framework Agreement.docx
4. Contract Notice Authorised Customer List RM6089
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commerc
Address
Old Hall Street
Liverpool
L3 9PP
England
Telephone
+443450103503
supplier@crowncommercial.gov.uk
Website
Share this notice