Published date: 6 January 2020
Last edited date: 21 February 2022
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
Architectural, construction, engineering and inspection services - 71000000
Business services: law, marketing, consulting, recruitment, printing and security - 79000000
Location of contract
United Kingdom, Isle of Man, Channel Islands
Value of contract
£500,000,000
Procurement reference
RM6168
Published date
6 January 2020
Closing date
12 February 2021
Closing time
1pm
Contract start date
3 June 2021
Contract end date
2 June 2025
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
Estate Management Services (EMS) is a multi-Lot Framework Agreement available for use by UK public sector bodies and future successor organisations, which includes Central Government Departments and their arm's length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, housing associations and charities. This Framework Agreement will replace the Estate Professional Services Framework (RM3816). Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.
More information
Attachments
-
- Attachment 1 - About the Framework.pdf
- Bidding documents
-
- Attachment 2 How to Bid.pdf
- Bidding documents
-
- Attachment 4 Information and Declaration Workbook.xlsx
- Bidding documents
-
- Attachment 5 Financial Assessment Template.xlsx
- Bidding documents
-
- Attachment 6 Consortia Details.xlsx
- Bidding documents
-
- Attachment 7 Key Subcontractor Details.xlsx
- Bidding documents
-
- Attachment 10 Management Information Template.xlsx
- Bidding documents
-
- Attachment 11 Frequently Asked Questions.xlsx
- Bidding documents
-
- Attachment 12 Intent To Guarantee.docx
- Bidding documents
-
- 2) Contract Notice Authorised Customer List.docx
- Tender notice
- Authorised Customer List
-
- Attachment 2a Selection Questionnaire v2.xlsx
- Bidding documents
- Attachment 2a Selection Questionnaire v2
-
- Attachment 9 Framework Schedule 1 (Specification) v2.pdf
- Bidding documents
- Attachment 9 Framework Schedule 1 (Specification) v2
-
- Attachment 8 Framework Contract Documents v2.zip
- Bidding documents
- Attachment 8 Framework Contract Documents v2
-
- Attachment 2b Areas & Additional Services v3.xlsx
- Bidding documents
- Attachment 2b Areas & Additional Services v3
-
- Attachment 2c Certificate of Past Performance Guidance v3.docx
- Bidding documents
- Attachment 2c Certificate of Past Performance Guidance v3
-
- Attachment 2d Certificate of Past Performance (Lot1) v2.docx
- Bidding documents
- Attachment 2d Certificate of Past Performance (Lot1) v2
-
- Attachment 2e Certificate of Past Performance (Lot2) v3.docx
- Bidding documents
- Attachment 2e Certificate of Past Performance (Lot2) v3
-
- Attachment 2f Certificate of Past Performance (Lot3) v3.docx
- Bidding documents
- Attachment 2f Certificate of Past Performance (Lot3) v3
-
- Attachment 2g Certificate of Past Performance (Lot 4) v3.docx
- Bidding documents
- Attachment 2g Certificate of Past Performance (Lot 4) v3
-
- Attachment 2h Certificate of Past Performance (Lot5) v3.docx
- Bidding documents
- Attachment 2h Certificate of Past Performance (Lot5) v3
-
- Attachment 2i Certificate of Past Performance (Lot6) v3.docx
- Bidding documents
- Attachment 2i Certificate of Past Performance (Lot6) v3
-
- Attachment 2j Certificate of Past Performance (Lot7) v3.docx
- Bidding documents
- Attachment 2j Certificate of Past Performance (Lot7) v3
-
- Attachment 3 Price Matrix v4.xlsx
- Bidding documents
-
- Attachment 3a Price Model and Price Evaluation Guidance v2.0.docx
- Bidding documents
- Attachment 3a Price Model and Price Evaluation Guidance v2.0
Links
Additional text
-
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 this requirement. This link 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 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.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. 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.
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 eEnablement@crowncommercial.gov.uk email address or by calling 0345 410 2222 and selecting option 2.
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
L3 9PP
England
Telephone
01516722141
supplier@crowncommercial.gov.uk
Website
Share this notice
Closing: 12 February 2021, 1pm