TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    11th July 2024 11:08:59 AM

    TenderAmendment Deadline

    13th August 2024 14:00:00 PM   Expired

  • Contract Summary

    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 Additional information: 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.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    63712400
    79340000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    11th July 2024 07:09:44 AM

    TenderAmendment Deadline

    13th August 2024 14:00:00 PM   Expired

  • Contract Summary

    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 Additional information: 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.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    63712400
    79340000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    3rd July 2024 13:35:05 PM

    TenderAmendment Deadline

    30th July 2024 14:00:00 PM   Expired

  • Contract Summary

    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 Additional information: 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.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    63712400
    79340000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    2nd July 2024 07:09:12 AM

    TenderAmendment Deadline

    30th July 2024 14:00:00 PM   Expired

  • Contract Summary

    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 - Commercial Advertising (Internal) - Digital and static, large and small formats Lot 2 - Commercial Advertising (External). Digital and static, large and small formats Lot 3 - Experiential Advertising - including exhibitions, sampling, promotions, events Lot 4 - Commercial Advertising - Combined Lots 1, 2 & 3 Lot 5 - End to End Car Park Management Additional information: 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.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    1st July 2024 15:30:57 PM

    TenderAmendment Deadline

    30th July 2024 14:00:00 PM   Expired

  • Contract Summary

    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 - Commercial Advertising (Internal) - Digital and static, large and small formats Lot 2 - Commercial Advertising (External). Digital and static, large and small formats Lot 3 - Experiential Advertising - including exhibitions, sampling, promotions, events Lot 4 - Commercial Advertising - Combined Lots 1, 2 & 3 Lot 5 - End to End Car Park Management Additional information: 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.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


TenderAmendment

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    1st July 2024 15:24:32 PM

    TenderAmendment Deadline

    30th July 2024 14:00:00 PM   Expired

  • Contract Summary

    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 - Commercial Advertising (Internal) - Digital and static, large and small formats Lot 2 - Commercial Advertising (External). Digital and static, large and small formats Lot 3 - Experiential Advertising - including exhibitions, sampling, promotions, events Lot 4 - Commercial Advertising - Combined Lots 1, 2 & 3 Lot 5 - End to End Car Park Management

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


Tender

Income Generation from Estates and Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    1st July 2024 14:51:53 PM

    Tender Deadline

    30th July 2024 14:00:00 PM   Expired

  • Contract Summary

    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 - Commercial Advertising (Internal) - Digital and static, large and small formats Lot 2 - Commercial Advertising (External). Digital and static, large and small formats Lot 3 - Experiential Advertising - including exhibitions, sampling, promotions, events Lot 4 - Commercial Advertising - Combined Lots 1, 2 & 3 Lot 5 - End to End Car Park Management

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    Tender

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    0345 410 2222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L39PP

    England


Planning

Income Generation from Estates & Assets

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    15th April 2024 14:56:50 PM

  • Contract Summary

    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. CCS is also intending to create a Dynamic Purchasing Solution (DPS) for wider income generation services including but not limited to the following markets - self service vending, automated retail, cash machines, photo booths, reverse vending, portable power, storage lockers, brand licensing & sponsorship There is a separate PIN and Contract Notice for the DPS agreement (RM6350). The framework will be split into four lots as below: Lot 1 - Commercial advertising - internal. Digital & static, large and small formats Lot 2 - Commercial advertising - external. Digital & static, large and small formats Lot 3 - Experiential advertising - exhibitions, sampling, promotions, events Lot 4 - End to end car park management Additional information: We have undertaken an extensive market engagement programme and are working collaboratively with organisations across government and the public sector, including public transport providers, local authorities, the NHS and universities. This engagement has informed the development of the agreement, the lotting structure and the estimated total value. Note this may be subject to change prior to publication of the ITT. We are continuing to seek interest from suppliers who are capable of providing services in these markets. If you have not already registered your interest please email marcommsandresearch@crowncommercial.gov.uk stating 'Income Generation from Estates & Assets RM6349 market interest' in the subject line and provide your contact details, organisation name, job title, organisation website link. Information and joining instructions for a further market briefing will be published on the CCS website at https://www.crowncommercial.gov.uk/agreements/RM6349 Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk]. 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. The value in II.1.5 is an indicative value over 4 years. The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6349 for updates and monitor Find A Tender Service for the publication of the contract notice. The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    N/A

    Tender Suitability

    SME VCSE

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 345 410 2222

    Buyer Address

    9th Floor, Capital Building, Old Hall Street

    Liverpool

    L39PP

    England


Planning

RM6349 Revenue Generation Solutions

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    17th July 2023 15:14:37 PM

    Planning Deadline

    31st March 2024 22:59:59 PM   Expired

  • Contract Summary

    This Prior Information Notice is to make the market aware of our plans to develop commercial agreements for revenue generation solutions and to signal our intention to commence market engagement with the commercial out of home advertising and car parking services markets. Crown Commercial Service (CCS) will be undertaking market engagement between July and December 2023 with industry experts and suppliers who may be interested in bidding for the resulting pan-government agreements. We are running two market engagement events on the following dates: Monday 31 July 2023 2.30-4.30 pm Monday 7 August 2023 2.30-4.30 pm We have yet to confirm the venue for these events but they will take place in London. We would like to meet face to face, but you can ask for a virtual option if needed. We are working collaboratively with major public transport providers and other key customers from across the public sector who will join us at the above events. We are seeking interest from organisations who are capable of providing services in these markets. To register your interest please email marcommsandresearch@crowncommercial.gov.uk stating 'Revenue Generation Solutions RM6349 & RM6350 - Market Engagement' in the subject line and provide your contact details, organisation name, job title, organisation website link and the preferred date for the market engagement session. Further information below and in the attached PDF. Crown Commercial Service as the authority intends to put in place a new pan- government collaborative agreement for the provision of revenue generation solutions. To 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 concession agreements with media owners to manage, promote and maximise value across its advertising space for a specified number of years. - establish management agreements with 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 becomes the recommended route for advertising revenue generation and car parking management services required by government and public sector bodies. CCS is also intending to create a Dynamic Purchasing Solution (DPS) or similar for wider revenue generation services including: • Self-service - Vending, ATMs, Automated Retail, Photobooth Services • Pop Up Retail • Sponsorship • Brand Licensing There will be separate PIN and Contract Notice for the DPS agreement (RM6350) We expect the total value of the framework to be in excess of £500m.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-ea8a0e25-2889-4d39-a3d9-886a17a773da

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    N/A

    Tender Suitability

    SME VCSE

    Framework / DPS

  • Contract Classification

    CPV Code(s)

    63712400
    79341000
    98351000

    CPV Division(s)

    63 - Supporting and auxiliary transport services; travel agencies services
    79 - Business services: law, marketing, consulting, recruitment, printing and security
    98 - Other community, social and personal services

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    Crown Commercial Service

    Buyer Email

    info@crowncommercial.gov.uk

    Buyer Phone

    Buyer Address

    39 Old Hall Street

    Liverpool

    L39PP

    England