Published date: 1 July 2024
Last edited date: 11 July 2024
This notice was replaced on 6 November 2024
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 6 November 2024, last edited 27 November 2024)
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
Parking services - 63712400
Advertising and marketing services - 79340000
Car park management services - 98351000
Location of contract
United Kingdom
Value of contract
£2,200,000,000
Procurement reference
RM6349..
Published date
1 July 2024
Closing date
13 August 2024
Closing time
3pm
Contract start date
29 October 2024
Contract end date
28 October 2028
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?
Yes
Description
Crown Commercial Service as the authority intends to put in place a new pan-government collaborative agreement for the provision of income generation from commercial advertising, experiential advertising and end to end car parking management.
This agreement will be used by Central Government Departments, their agencies, (including publicly owned transport organisations), Non Departmental Public Bodies, and all other UK Public Sector bodies, including local authorities, health, education providers, devolved administrations and charities.
The agreement will enable government and public sector bodies to run mini competitions to establish contracts with:
- media owners to manage, promote and maximise value across their advertising space for a specified number of years.
-car parking service providers to manage parking spaces, car parking assets and payments for a specified number of years.
It is intended that this commercial agreement will become the preferred route for public sector and government bodies to generate income from commercial advertising, experiential advertising and end to end car parking management.
The framework will be split into five lots as below:
Lot 1 - Internal Commercial Advertising - static, digital, large and small formats
Lot 2 - External Commercial Advertisingl. static, digital, large and small formats
Lot 3 - Commercial Experiential Advertising - exhibitions, sampling and promotions
Lot 4 - Commercial Advertising - Combined Lots 1, 2 & 3
Lot 5 - End to End Car Parking Management
More information
Previous notice about this procurement
Income Generation from Estates & Assets
- Future opportunity
- Published 15 April 2024
Attachments
-
- RM6349 - Attachment 2a Selection Questionnaire.xlsx
- Bidding documents
-
- RM6349 - Attachment 5a - FVRA Tool for RM6349 - FVRA Lots 1-4.xlsx
- Bidding documents
-
- RM6349 - Attachment 5b - FVRA Tool for RM6349 - FVRA Lot 5.xlsx
- Bidding documents
-
- RM6349 - Attachment 6 Consortia details v9.0.xlsx
- Bidding documents
-
- RM6349 - Attachment 7 Key subcontractor details v3.0.xlsx
- Bidding documents
-
- RM6349 - Attachment 8 Frequently Asked Questions Document v7.0.xlsx
- Bidding documents
-
- T&Cs overview Income Generation from Estates & Assets RM6349 (1).docx
- Bidding documents
-
- RM6349 - Attachment 9 - Contract Documents.zip
- Bidding documents
-
- 1. Authorised Customer List RM6349.docx
- Contract notice
-
- RM6349 - Attachment 2 How to bid v2.0.docx
- Bidding documents
-
- RM6349 - Attachment 1 About the Framework V3.0.docx
- Bidding documents
-
- RM6349 - Attachment 3(a-d) - Pricing Matrices.zip
- Bidding documents
Links
Additional text
-
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.
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.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
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.
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commercial Service
Address
9th Floor, The Capital, Old Hall Street
Liverpool
L39PP
England
Telephone
0345 410 2222
supplier@crowncommercial.gov.uk
Website
Share this notice