Furniture & Associated Services 2

A Prior Information Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE (CCS)

Source
Find a Tender
Type
Future Contract (Supply)
Duration
not specified
Value
400M
Sector
FACILITY
Published
19 Apr 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

Liverpool

Geochart for 1 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Furniture and associated services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all in scope requirements of UK Central Government. The initial position, subject to engagement, is for a Lot structure that covers (but not limited to): office furniture, residential furniture, education furniture, steel storage, repair / renovation / reuse / recycle. The lotting structure of this framework will be determined as a result of the market engagement process, and will be confirmed within the contract notice, as will the estimated value of the agreement.Further information is included in the Additional Information section VI.3.

CPV Codes

  • 39100000 - Furniture
  • 34928480 - Waste and rubbish containers and bins
  • 39110000 - Seats, chairs and related products, and associated parts
  • 39113600 - Benches
  • 39114100 - Upholstering
  • 39120000 - Tables, cupboards, desk and bookcases
  • 39130000 - Office furniture
  • 39131000 - Office shelving
  • 39131100 - Archive shelving
  • 39140000 - Domestic furniture
  • 39143000 - Bedroom, dining room and living-room furniture
  • 39150000 - Miscellaneous furniture and equipment
  • 39157000 - Parts of furniture
  • 39160000 - School furniture
  • 39161000 - Kindergarten furniture
  • 39173000 - Storage units
  • 39180000 - Laboratory furniture
  • 39181000 - Laboratory benching
  • 44421000 - Armoured or reinforced safes, strongboxes and doors
  • 45421153 - Installation of built-in furniture
  • 50850000 - Repair and maintenance services of furniture
  • 63120000 - Storage and warehousing services
  • 79934000 - Furniture design services
  • 98392000 - Relocation services

Indicators

Other Information

The lotting structure of this agreement will be determined as a result of the engagement process and customer needs. The intention of this PIN is to: 1.Inform that CCS are to consider an exercise to set up a contracting vehicle as described at section II.1.4. 2.Gauge market interest in this procurement. 3.Identify suppliers who would like to participate in the engagement process, including webinars, surveys and meetings. 4.To participate in the engagement and to register for regular updates, please email furnitureframework2@crowncommercial.gov.uk Please provide: Organisation name, Contact name, Job title of contact (including responsibility within your organisation), Contact phone number, Contact email, Organisation website link. 5.Information related to the project will be uploaded to the CCS RM6308 webpage: https://www.crowncommercial.gov.uk/agreements/RM6308 Please note that the date of the procurement competition is subject to change. 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. Final value will be outlined in the contract notice. The estimated date of publication of the contract notice is June 2023, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6308 for updates on all programme dates and monitor Tenders Electronic Daily 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 for the services under and in connection with the procurement. The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement. The services that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the RM6308 Schedule, “Security Requirement and Plan”, to meet RM6308 requirements. This will be released at the ITT stage. A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/Start/16ecc8f1-b4d1-48c2-a85a-...

Reference

Domains