Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Minister for the Cabinet Office acting through Crown Commercial Service
  9th Floor, The Capital, Old Hall Street
  Liverpool
  L3 9PP
  UK
  
            Telephone: +44 345410222
  
            E-mail: supplier@crowncommercial.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.gov.uk/ccs
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Income Generation from Estates, Assets & IP
            Reference number: RM6350
  II.1.2) Main CPV code
  55900000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Crown Commercial Service as the authority intends to put in place a new pan-government collaborative agreement for the provision of income generation from estates, assets and Intellectual Property (IP). This will be a Dynamic Purchasing Solution where suppliers can join throughout the life of the agreement.
  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.
  II.1.5) Estimated total value
  Value excluding VAT: 
			700 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    30123200
    31158100
    42914000
    42933300
    44421700
    44421720
    55900000
    79340000
    79341000
    79961000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    The agreement will enable government and public sector bodies to run mini competitions to establish contracts with suppliers for income generation services including but not limited to the following services: 
    -Self service vending - traditional and non-traditional
    -Automated retail 
    -Pop up retail 
    -Automated Cash Machines (ATMs) 
    -Photo Booths 
    -Reverse Vending 
    -Portable Battery Chargers for Mobile Devices 
    -Delivery / Storage Lockers 
    -Commercial Out of Home Advertising and Experiential 
    -Brand Licensing 
    -Commercial Sponsorship
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6350 – Income Generation from Estates, Assets and IP DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address 
  https://supplierregistration.cabinetoffice.gov.uk/dps 
  and clicking on RM6350 – Income Generation from Estates, Assets and IP 
  Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6350 – Income Generation from Estates, Assets and IP DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. 
  An example of how to register for the DPS platform can be found at the following YouTube generic guide 
  https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0 
  Registration is free. There is no limit on the number of suppliers who can join this DPS agreement. 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 and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below: 
  1) Contract notice authorised customer list; 
  2) Rights reserved for CCS DPS Agreement. 
  3) DPS Bid Pack 
  4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement 
  As part of this contract notice the following documents can be accessed at 
  https://www.contractsfinder.service.gov.uk/Notice/ae1f9a0c-2344-4813-ae58-4c7ba2b982e2
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  
                      The procurement involves the setting up of a dynamic purchasing system
                    
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-012257
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              15/08/2028
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. 
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,or IASME equivalent for services under and in connection with this procurement.
VI.4) Procedures for review
  VI.4.1) Review body
  
    The Minister for the Cabinet Office acting through Crown Commercial Service
    9th Floor, The Capital, Old Hall Street
    Liverpool
    L3 9PP
    UK
    
            Telephone: +44 345410222
    
            E-mail: supplier@crowncommercial.gov.uk
    Internet address(es)
    
              URL: https://www.crowncommercial.gov.uk/
   
 
VI.5) Date of dispatch of this notice
16/08/2024