By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Project Management and Full Design Team Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
United Kingdom
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://ccs.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: public procurement
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Project Management and Full Design Team Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Primarily in the UK and Northern Ireland.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 65

Duration of the framework agreement

Duration in months: 24

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 612 000 000 and 2 875 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Crown Commercial Service as the Authority is putting in place a Pan Government Framework Agreement for use by UK public sector bodies identified at VI.3.
The Framework Agreement will provide Public Sector Bodies with Project Management and Full Design Team Services as part of a multi-disciplinary team, or to call off individual disciplines, as required.
The duration of this Framework Agreement is for a two (2) year period with two (2) options to extend, each for a period of one (1) year in duration, up to a maximum four (4) year term in total.
The Framework Agreement will be divided into six (6) Lots:
- Lot 1 - Multi-Disciplinary Services. This Lot will be awarded to 15 successful Potential Providers.
- Lot 2 - Project Management Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 3 - Architectural Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 4 - Cost Management Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 5 - Civil & Structural Engineering Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 6 - Building Services Engineering. This Lot will be awarded to 10 successful Potential Providers.
A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement are set out in full, in Framework Schedule 2: Part A: Services.
Potential Providers are permitted to bid for all Lots however, there are restrictions on the number of Lots a Potential Provider may be appointed to. Potential Providers can be appointed to either:-
- Lot 1 - Multi-Disciplinary Services and a maximum of two (2) of the single disciplinary Lots (Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6); or
- All of the single disciplinary Lots (Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6) but not Lot 1 - Multi-Disciplinary Services, as referred to at paragraph 2.3 of ITT.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
Cyber Essentials 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, Potential Providers (and Key Sub-Contractors / Sub-Contractors) must be able to demonstrate compliance with the technical requirements prescribed by Cyber Essentials Plus for Services under and in connection with this Procurement. Further details of the Cyber Essential Scheme may be found here:

https://www.cyberstreetwise.com/cyberessentials/

Further details of this mandatory requirement can be found in PPN 09/14.
The Authority reserves the right to hold an electronic reverse auction, during the Call Off stage among the parties to the Framework Agreement(s).
II.1.6)Common procurement vocabulary (CPV)

71000000, 45243000, 45244000, 45244100, 45453100, 50200000, 50240000, 63726800, 71200000, 71222100, 71240000, 71241000, 71242000, 71244000, 71245000, 71247000, 71251000, 71311000, 71311200, 71311210, 71311220, 71312000, 71313000, 71313100, 71313200, 71313400, 71313410, 71313420, 71313440, 71313450, 71314100, 71315000, 71315300, 71317000, 71317100, 71317200, 71317210, 71318000, 71320000, 71321000, 71322100, 71324000, 71326000, 71332000, 71333000, 71334000, 71350000, 71351000, 71351720, 71351810, 71351811, 71351914, 71352100, 71352110, 71353000, 71353200, 71354500, 71355000, 71400000, 71410000, 71510000, 71530000, 71540000, 71541000, 71600000, 71700000, 72000000, 72224000, 72242000, 73112000, 75251110, 79418000, 79422000, 79933000, 79934000, 90712000, 90712100, 90712300, 90712400, 90715000, 90733000, 92312213, 98360000, 98392000, 98910000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Crown Commercial Service, as the Authority, intends to put in place a Framework Agreement for Project Management and Full Design Team Services. The Framework Agreement will be available to Central Government and Wider Public Sector organisations to provide the Services throughout the UK.
This Procurement will establish a multi Supplier Framework Agreement. The Framework Agreement will be divided into six (6) Lots:
Lot 1 - Multi-Disciplinary Services
Lot 2 - Project Management Services
Lot 3 - Architectural Services
Lot 4 - Cost Management Services
Lot 5 - Civil & Structural Engineering Services
Lot 6 - Building Services Engineering
A Framework Agreement for Lot 1 will be awarded to 15 successful Potential Providers. A Framework Agreement for Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6 will be awarded to 10 successful Potential Providers on each of those Lots.
Estimated value excluding VAT:
Range: between 1 612 000 000 and 2 875 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Multi-Disciplinary Services
1)Short description
Lot 1 will provide Multi-Disciplinary service provision on a national UK delivery basis and will provide all core and non-core disciplines and services.
The Suppliers appointed to Lot 1 of this Framework Agreement shall provide Project Management Full Design Team Services and a number of ancillary technical services to Contracting Authorities who may have a requirement for the following Service Disciplines:
Core Service Discipline roles are:
Architect; BIM Co-ordinator; BIM Information Manager; Building Services Engineer, including Public Health Engineer; Civil & Structural Engineer; Cost Consultant; Lead Designer; Principal Designer; and, Project Management, including Project Lead, Client Adviser and Contract Administrator.
Non-Core Service Discipline roles are, including but not limited to -
Access Surveyor (Disability Discrimination Act); Acoustic Engineer; Asbestos Surveyor; Building Surveyor; Clerk of Works (Supervisor role - NEC); Conservation Architect; Construction Lead; Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology. Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Management); Fire & Sprinkler Engineer; General IT / Designer; Health & Safety Advisor; Interior Designer; Landscape Architect; Land Surveyor; Migration Planner and Manager; Risk Advisor; Security Advisor; Space Planning Services; Technical Author; Town Planning Consultant; and, Waste Management Advisor.
2)Common procurement vocabulary (CPV)

71530000, 71351000, 71241000, 50200000, 71355000, 71313100, 71351811, 71324000, 98392000, 71410000, 71000000, 71317100, 71354500, 71311200, 71251000, 71311000, 79934000, 71315300, 79422000, 79418000, 90712000, 73112000, 71315000, 71312000, 71332000, 71247000, 45453100, 71334000, 75251110, 71317000, 71510000, 71353000, 71311210, 71311220, 71322100, 71351810, 71600000, 45244000, 71313410, 71321000, 71245000, 71541000, 71333000, 71317210, 92312213, 71313400, 71700000, 71320000, 79933000, 71326000, 71351914, 71540000, 71353200, 98360000, 71352100, 90715000, 71313200, 71222100, 72242000, 72000000, 45244100, 71313440, 90712300, 71242000, 71200000, 71313450, 90712100, 71318000, 71400000, 71313000, 50240000, 71313420, 71240000, 71244000, 90712400, 71352110

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 290 000 000 and 2 300 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.
Lot No: 2 Lot title: Project Management Services
1)Short description
Lot 2 will provide Project Management Services provision on a national UK delivery basis and will provide only the core and non-core disciplines relevant to Project Management Services.
The Suppliers appointed to Lot 2 of this Framework Agreement shall provide Project Management services to Contracting Authorities at locations throughout the UK.
This Framework Agreement will be accessible to the Authority and individual Contracting Authorities who may have a requirement for the following Service Disciplines, as detailed in Annex A (Scope of Services):
Core Service Disciplines -
Project Management, including Project Lead, Client Adviser, and Contract Administrator.
Non-Core Service Discipline(s), including but not limited to -
Clerk of Works (Supervisor role - NEC), Construction Lead.
2)Common procurement vocabulary (CPV)

71541000, 71317210, 71313410, 92312213, 71700000, 71317200, 71241000, 79422000, 71540000, 98392000, 79418000, 71247000, 71242000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 75 000 000 and 134 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.
Lot No: 3 Lot title: Architectural Services
1)Short description
Lot 3 will provide Architectural Services provision on a national UK delivery basis and will provide only the core and non-core disciplines relevant to Architectural Services.
The Suppliers appointed to Lot 3 of this Framework Agreement shall provide Architectural services to Contracting Authorities at locations throughout the UK.
This Framework Agreement will be accessible to the Authority and individual Contracting Authorities who may have a requirement for the following Service Disciplines, as detailed in Annex A (Scope of Services):
Core Service Discipline(s) -
Architect; BIM Co-ordinator; BIM Information Manager Lead Designer; and, Principal Designer.
Non-Core Discipline(s), including but not limited to -
Asbestos Surveyor; Building Surveyor; Conservation Architect; Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Management); Interior Designer; Landscape Architect; Land Surveyor; Migration Planner and Manager; Risk Advisor; Space Planning Services Town Planning Consultant; and, Technical Author.
2)Common procurement vocabulary (CPV)

71000000, 71242000, 79933000, 71317100, 71241000, 71400000, 71313200, 71317210, 71312000, 71317200, 90712100, 71410000, 92312213, 71311210, 71313100, 71222100, 71313440, 71313000, 71240000, 50240000, 75251110, 79934000, 45244000, 71313450, 45244100, 71251000, 71313410, 50200000, 90712000, 71313420, 72242000, 71200000, 98392000, 71245000, 45453100, 71317000, 71313400

3)Quantity or scope
Estimated value excluding VAT:
Range: between 117 000 000 and 209 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.
Lot No: 4 Lot title: Cost Management Services
1)Short description
Lot 4 will provide Cost Management Services provision on a national UK delivery basis and will provide only the core and non-core disciplines relevant to Cost Management Services.
The Suppliers appointed to Lot 4 of this Framework Agreement shall provide Cost Management services to Contracting Authorities at locations throughout the UK.
This Framework Agreement will be accessible to the Authority and individual Contracting Authorities who may have a requirement for the following Service Disciplines, as detailed in Annex A (Scope of Services):
Core Service Discipline(s) -
Cost Consultant
Non-Core Discipline(s), including but not limited to -
Risk Advisor.
2)Common procurement vocabulary (CPV)

71324000, 71240000, 71241000, 71242000, 71244000, 71322100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 42 000 000 and 75 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.
Lot No: 5 Lot title: Civil and Structural Engineering Services
1)Short description
Lot 5 will provide Civil and Structural Engineering Services provision on a national UK delivery basis and will provide only the core and non-core disciplines relevant to Civil and Structural Engineering Services.
The Suppliers appointed to Lot 5 of this Framework Agreement shall provide Civil & Structural Engineering services to Contracting Authorities at locations throughout the UK.
This Framework Agreement will be accessible to the Authority and individual Contracting Authorities who may have a requirement for the following Service Disciplines, as detailed in Annex A (Scope of Services):
Core Service Discipline(s) -
BIM Co-ordinator; BIM Information Manager; Civil Engineer; and, Structural Engineer.
Non-Core Service Disciplines, including but not limited to -
Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Management); Lead Designer; Principal Designer; Risk Advisor; and, Technical Author.
2)Common procurement vocabulary (CPV)

71310000, 71332000, 71315300, 71510000, 71354500, 71351810, 71600000, 71241000, 71410000, 72242000, 71313000, 71353200, 71311200, 71240000, 71318000, 90712300, 73112000, 71352110, 71222100, 71313400, 71000000, 71351811, 71400000, 71251000, 71311000, 71245000, 98360000, 45244000, 71311210, 71355000, 90712400, 71312000, 71311220, 79933000, 45244100, 45453100, 71320000, 90715000, 71351914, 71353000, 71351000, 71351720, 71352100, 71242000, 50200000, 71350000, 71200000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 46 000 000 and 83 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.
Lot No: 6 Lot title: Building Services Engineering
1)Short description
Lot 6 will provide Building Services Engineering provision on a national UK delivery basis and will provide only the core and non-core disciplines relevant to Building Services Engineering.
The Suppliers appointed to Lot 6 of this Framework Agreement shall provide Building Services Engineering including Public Health Engineering services at locations throughout the UK.
This Framework Agreement will be accessible to the Authority and individual Contracting Authorities who may have a requirement for the following service disciplines, as detailed in Annex A (Scope of Services):
Core Service Disciplines -
BIM Co-ordinator; BIM Information Manager; Building Services Engineer; and, Public Health Engineer.
Non-Core Service Disciplines, including but not limited to -
Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Management); Fire & Sprinkler Engineer; General IT / Designer; Lead Designer; Principal Designer; Risk Advisor; Security Advisor; Technical Author; Waste Management Advisor.
2)Common procurement vocabulary (CPV)

71315300, 71334000, 79933000, 71333000, 71000000, 71510000, 45244000, 71317000, 71320000, 71351810, 45453100, 71241000, 72242000, 71354500, 71352110, 71350000, 71200000, 71240000, 50200000, 79934000, 71313440, 50240000, 90712400, 71245000, 71326000, 71242000, 73112000, 71222100, 71318000, 71351720, 71317200, 71315000, 45244100, 71313100, 98360000, 71317210, 71313450, 71353200, 71352100, 71321000, 71351000, 71351811, 72000000, 90715000, 71313420, 71600000, 71353000, 90712300, 71355000, 71317100, 71351914, 71313200, 71251000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 42 000 000 and 74 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
5)Additional information about lots
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic reverse auction.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the Procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Authority if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required but, if a Framework is awarded to a Group of Economic Operators, the Authority may require the Group of Economic Operators to form a legal entity before entering into the Framework Agreement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contract Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This Procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, please go online to:

https://gpsesourcing.cabinetoffice.gov.uk

you can then access the link ‘Register for CCS eSourcing’. 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.
Full instructions for registration and use of the system can be found at:

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing . Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered Potential Provider; and, the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the e-Sourcing Suite (Emptoris) email messaging service, which facilitates all messages sent to you, and from you, in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email:

A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge, via Crown Commercial Service website from the date of this publication of the Contract Notice:

http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline

Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with the Invitation to Tender (ITT).
The Authority may take into account any of the following information:
a) A copy of the audited accounts for the most recent two (2) years, if available; or (alternatively):
b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation; or
c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
d) Alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Minimum level(s) of standards possibly required: As stated in the Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The ITT can be accessed at:

https://gpsesourcing.cabinetoffice.gov.uk

using the instructions detailed in III.2.1.
Potential Providers will be assessed in accordance with Section 5 of the Public Contract Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.
The Authority may take into account the following information:
(a) Two (2) suitable contract examples, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contract examples should have been performed over and within the last three (3) years only, prior to publication of this Contract Notice. Customer contacts must be warned they may be contacted by Crown Commercial Service, to verify the accuracy of the information provided at any time;
(b) A list of the principal deliveries or main services provided over the past three (3) years, with the sums, dates and recipients, whether public or private, involved;
(c) A description of the technical facilities and measures used by the Potential Provider for ensuring quality and data security; and/or
(d) An indication of the proportion of the contract which the Potential Provider intends possibly to Sub-Contract.
Minimum level(s) of standards possibly required:
As stated in the Invitation to Tender (ITT).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Quality. Weighting 75

2. Price. Weighting 25

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RM3741
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 096-172535 of 20.5.2016

Other previous publications

Notice number in the OJEU: 2015/S 099-179940 of 23.5.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.10.2016 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Place:

Electronically, via web-based portal

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Authority will host a Bidders' Conference via a webinar, to provide Potential Providers with the opportunity to seek clarification on any matters relating to the Procurement and the Tender requirements, in an open forum. The Bidders' Conference will take place in the week commencing 26.9.2016. In order to participate in this event Potential Providers must register their interest via the eSourcing Suite messaging system.
This Framework Agreement will be accessible for use by all UK Central Government Departments and their Arm's Length Bodies and agencies; Non-Ministerial Departments and Executive Agencies; and, the Wider Public Sector (and any future successors to these organisations).
As at the publication of this Contract Notice the latest list of these Contracting Authorities can be found in the Office for National Statistics' Public Sector Classification Guide - August 2016 (see the ‘Central Government’ worksheet in the ‘Public Sector Classification Guide - August 2016’ spreadsheet found at:

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that:
(i) such entity is calling off Services directly, solely and exclusively in order to satisfy contractual obligations to one (1) or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account;
(ii) all Services to be called-off by it are to be used directly, solely and exclusively to satisfy contractual obligations to one (1) or more public sector bodies, all of which are entitled to use the Framework Agreement on their own account; all Services to be Called-Off by it are to be used directly, solely and exclusively by such public sector body(ies); and
(iii) it will pass the benefit of the Call Off Contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the Services, to the relevant public sector body(ies), who must be able to benefit from the terms of the Framework in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another Contracting Authority (listed above in this section VI.3) of this notice;
(ii) subject to management supervision by another Contracting Authority (listed above in this section VI.3) of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority (listed above in this section VI.3) of this notice;
(iv) an association of or formed by one (1) or more of the Contracting Authorities (listed above in this section VI.3) of this notice.

Potential Providers should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit public sector Contracting Authorities, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authorities. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

The Authority expressly reserves the right:
(i) not to award any contract as a result of the Procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the Potential Provider.
(iii) if the Authority decides to enter into a Framework Agreement with the successful Supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers.
Any Orders placed under this Framework Agreement will form a separate contract under the scope of this Framework Agreement between the successful Potential Provider and the specific requesting Contracting Authorities. The Authority and Contracting Authorities utilising the Framework Agreement reserve the right to use any electronic portal during the life of the Framework Agreement.
The duration referenced in Section II.1.4) is for the placing of orders.
The value provided in Section II.1.4) is only an estimate. The Authority cannot guarantee to successful Potential Providers any business through this Framework Agreement.
In reference to Section II.1.4), Framework Agreements will be concluded with the maximum number of Potential Providers. For all Lots this may increase only where two (2) or more Potential Providers have tied scores and are placed in the last position. The Authority reserves the right to award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position on Lot 1 is 15th. For Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6 last position is 10th.
In the event that there is a substantive challenge to the Procurement, and such challenge is confined to a single Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Agreement with the successful Potential Provider(s) in respect of the Lot(s) that have not been challenged.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.9.2016