Notice Information
Notice Title
Estate Management Services
Notice 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. Additional information: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-47477449-9394-45c9-bf42-8fd45f104de5
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/aae8d0aa-ef61-485b-b7d4-495c28b5eb94
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
48 - Software package and information systems
66 - Financial and insurance services
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
32420000 - Network equipment
32580000 - Data equipment
48332000 - Scheduling software package
48333000 - Contact management software package
48420000 - Facilities management software package and software package suite
66000000 - Financial and insurance services
70000000 - Real estate services
71000000 - Architectural, construction, engineering and inspection services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Dec 20205 years ago
- Submission Deadline
- 12 Feb 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Jun 2021 - 2 Jun 2025 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/aae8d0aa-ef61-485b-b7d4-495c28b5eb94
21st February 2022 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-47477449-9394-45c9-bf42-8fd45f104de5-2020-12-02T11:09:25Z",
"date": "2020-12-02T11:09:25Z",
"ocid": "ocds-b5fd17-47477449-9394-45c9-bf42-8fd45f104de5",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RM6168",
"title": "Estate Management Services",
"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. Additional information: 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.",
"datePublished": "2020-01-06T15:13:26Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Guernsey"
},
{
"countryName": "Jersey"
}
]
}
],
"value": {
"amount": 500000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-02-12T23:59:59Z"
},
"contractPeriod": {
"startDate": "2021-06-03T00:00:00+01:00",
"endDate": "2025-06-02T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/aae8d0aa-ef61-485b-b7d4-495c28b5eb94",
"datePublished": "2020-01-06T15:13:26Z",
"format": "text/html",
"language": "en",
"dateModified": "2022-02-21T12:34:58Z"
},
{
"id": "2",
"documentType": "contractNotice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c28078ee-a4dd-4b8a-9632-32243026abdf",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "29",
"documentType": "contractNotice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/411d595a-8561-430e-a0d0-3e62bd0d4586",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "contractNotice",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b94a2f4c-804f-4278-ba99-aed5fb61b6a6",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b20f26aa-9e35-4f76-8812-994319c3d12b",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/15f50d0e-cff8-4b11-b0a5-66e66d7c1674",
"format": "application/pdf"
},
{
"id": "30",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6f6537f3-ccf7-425e-8411-be13482e42ac",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "31",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f586a890-64dc-42dc-bd0a-6d5799907dc2",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "32",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/180cbde1-48b3-4823-b965-df457075f406",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "33",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/759a1125-4a84-4690-960a-8aeeb31a88e8",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "34",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2aabbc46-e619-40de-a9c8-eae347b0f5e2",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "35",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3834c327-0dbb-410f-a0cb-f9dd6534ec74",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "36",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a8fadd54-6972-410b-aafc-14ada15ee565",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "37",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3b4a4f25-10bb-4a9b-b5b5-1ff300ee4cd3",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "38",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/da10613e-33d4-4f71-a4fe-ebaa22bab783",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "39",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9207cd02-d3e0-4d64-aea2-e014e9245097",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "40",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a4dfada1-c0f7-4aa9-9232-8a38b17d24e0",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "41",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/cdab12bc-b0ea-4a4e-b768-59698ab0fadd",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3c746ad0-3585-4834-a039-5d251e0479bb",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "7",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/275a7b58-174a-43ee-a150-7d3dd5bf4abf",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "8",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/df6d8ac3-b5e7-4452-8954-da22a9ae0203",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "9",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eea95ace-770b-4023-9972-e02f77a15ef0",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "42",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/947f5688-8c01-4f9e-8288-421bd5759204",
"format": "application/pdf"
},
{
"id": "10",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e053b78c-e7a4-4c15-a6e7-5decc927d036",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "11",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/50c7ff67-15d2-42a8-814d-8960b59299ad",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "12",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5f41484-a55f-4310-a50b-7054acd00c42",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "43",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e3f890e7-53a1-481e-a5d7-4161e0e3399b",
"format": "application/zip"
}
],
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32580000",
"description": "Data equipment"
},
{
"scheme": "CPV",
"id": "48332000",
"description": "Scheduling software package"
},
{
"scheme": "CPV",
"id": "48333000",
"description": "Contact management software package"
},
{
"scheme": "CPV",
"id": "48420000",
"description": "Facilities management software package and software package suite"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
]
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"postalCode": "L3 9PP",
"countryName": "England"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"email": "supplier@crowncommercial.gov.uk",
"telephone": "01516722141"
},
"details": {
"url": "https://www.gov.uk/ccs"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
}
}