Opportunity

Construction Professional Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2021/S 000-004771

Published 9 March 2021, 10:56pm



Section one: Contracting authority

one.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

Email

cps@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Construction Professional Services

Reference number

RM6165

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Construction Professional Services. To be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to, Local Authorities, Health, Police, Fire and Rescue, Education, Housing, Charities, Not for Profit, Nuclear and Devolved Administrations and International.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

Built Environment & General Infrastructure

Lot No

1

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 70110000 - Development services of real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71311230 - Railway engineering services
  • 71311240 - Airport engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71352000 - Subsurface surveying services
  • 71353000 - Surface surveying services
  • 71354000 - Map-making services
  • 71355000 - Surveying services
  • 71356000 - Technical services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 73000000 - Research and development services and related consultancy services
  • 75251110 - Fire-prevention services
  • 79418000 - Procurement consultancy services
  • 79422000 - Arbitration and conciliation services
  • 79933000 - Design support services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing
  • 90715000 - Pollution investigation services
  • 90731000 - Services related to air pollution
  • 90732000 - Services related to soil pollution
  • 90733000 - Services related to water pollution
  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Lot 1 Built Environment & General Infrastructure is dedicated to provide a wide range of industry expert construction professional services at discreet delivery stages (from inception to completion). The services are intended to support eligible public sector bodies in delivering a wide and varied range of major and minor building, and civil engineering projects at locations throughout the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £577,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 12

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Urban Regeneration

Lot No

2

two.2.2) Additional CPV code(s)

  • 66140000 - Portfolio management services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71311230 - Railway engineering services
  • 71311240 - Airport engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71352000 - Subsurface surveying services
  • 71353000 - Surface surveying services
  • 71354000 - Map-making services
  • 71355000 - Surveying services
  • 71356000 - Technical services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 75251110 - Fire-prevention services
  • 79418000 - Procurement consultancy services
  • 79422000 - Arbitration and conciliation services
  • 79933000 - Design support services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Lot 2 Urban Regeneration is dedicated to provide a wide range of industry expert construction professional services at discreet delivery stages (from inception to completion). The services are intended to support eligible public sector bodies in delivering a wide and varied range of major and minor building, and civil engineering projects at locations throughout the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £150,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 10

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

International

Lot No

3

two.2.2) Additional CPV code(s)

  • 50240000 - Repair, maintenance and associated services related to marine and other equipment
  • 70110000 - Development services of real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71311230 - Railway engineering services
  • 71311240 - Airport engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71352000 - Subsurface surveying services
  • 71353000 - Surface surveying services
  • 71354000 - Map-making services
  • 71355000 - Surveying services
  • 71356000 - Technical services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 73000000 - Research and development services and related consultancy services
  • 75251110 - Fire-prevention services
  • 79418000 - Procurement consultancy services
  • 79422000 - Arbitration and conciliation services
  • 79933000 - Design support services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing
  • 90715000 - Pollution investigation services
  • 90731000 - Services related to air pollution
  • 90732000 - Services related to soil pollution
  • 90733000 - Services related to water pollution
  • 98360000 - Marine services
  • 98910000 - Services specific to international organisations and bodies

two.2.3) Place of performance

NUTS codes
  • 00 - Other NUTS code
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Lot 3 International is dedicated to provide a wide range of industry expert construction professional

services at discreet delivery stages (from inception to completion). The services are intended to

support eligible public sector bodies in delivering a wide and varied range of major and minor

building, and civil engineering projects in locations world-wide.

In addition to supporting overseas projects & programmes the Supplier Alliance member will be expected to have the capability to undertake tasks in the UK in support of the overseas

requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 6

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

High Rise

Lot No

4

two.2.2) Additional CPV code(s)

  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71352000 - Subsurface surveying services
  • 71353000 - Surface surveying services
  • 71354000 - Map-making services
  • 71355000 - Surveying services
  • 71356000 - Technical services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 75251110 - Fire-prevention services
  • 79418000 - Procurement consultancy services
  • 79422000 - Arbitration and conciliation services
  • 79933000 - Design support services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Lot 4 High Rise is dedicated to provide a wide range of industry expert Construction Professional Services at discrete delivery stages, (from inception to completion) to support high rise accommodation construction and renovation (where projects relate to housing and/or residential accommodation and associated building) at locations throughout the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £52,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 10

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Defence

Lot No

5

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 70110000 - Development services of real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71311230 - Railway engineering services
  • 71311240 - Airport engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71326000 - Ancillary building services
  • 71330000 - Miscellaneous engineering services
  • 71332000 - Geotechnical engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71352000 - Subsurface surveying services
  • 71353000 - Surface surveying services
  • 71354000 - Map-making services
  • 71355000 - Surveying services
  • 71356000 - Technical services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72224000 - Project management consultancy services
  • 72242000 - Design-modelling services
  • 73000000 - Research and development services and related consultancy services
  • 75251110 - Fire-prevention services
  • 79418000 - Procurement consultancy services
  • 79422000 - Arbitration and conciliation services
  • 79933000 - Design support services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing
  • 90715000 - Pollution investigation services
  • 90731000 - Services related to air pollution
  • 90732000 - Services related to soil pollution
  • 90733000 - Services related to water pollution
  • 98360000 - Marine services
  • 98392000 - Relocation services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Not mandatory

two.2.4) Description of the procurement

Lot 5 Defence is dedicated to provide a wide range of industry expert construction professional services at discreet delivery stages (from inception to completion). The services are intended to support eligible public sector bodies in delivering a wide and varied range of major and minor building, and civil engineering projects, including those of a sensitive nature, at locations throughout the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £345,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 10

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.

two.2) Description

two.2.1) Title

Environmental & Sustainability Technical Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71332000 - Geotechnical engineering services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71351720 - Geophysical surveys of archaeological sites
  • 71351810 - Topographical services
  • 71351811 - Topographical surveys of archaeological sites
  • 71351914 - Archaeological services
  • 71352100 - Seismic services
  • 71352110 - Seismographic surveying services
  • 71353000 - Surface surveying services
  • 71353200 - Dimensional surveying services
  • 71354500 - Marine survey services
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 73112000 - Marine research services
  • 75251110 - Fire-prevention services
  • 90712000 - Environmental planning
  • 90712100 - Urban environmental development planning
  • 90712200 - Forest conservation strategy planning
  • 90712300 - Marine conservation strategy planning
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90712500 - Environmental institution building or planning
  • 90713000 - Environmental issues consultancy services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction
  • 90714000 - Environmental auditing
  • 90715000 - Pollution investigation services
  • 90731000 - Services related to air pollution
  • 90732000 - Services related to soil pollution
  • 90733000 - Services related to water pollution

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 6 Environmental is dedicated to provide access to a range of industry expert Environmental, Sustainability and Carbon Management support and technical delivery services at discrete delivery stages (from inception to completion).The services are intended to support eligible public sector bodies in delivering a wide and varied range of major and minor building, and civil engineering projects at locations throughout the UK

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £75,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Number of Places on this Lot - 8

The value provided in section II.2.6 is only an estimate. CCS cannot guarantee any business through the framework agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 247-615599

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 April 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 April 2021

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f5017626-8414-461d-8cdc-d6cc6100baff

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

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.

PLEASE NOTE:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS reserve 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.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a Framework Agreement user (additional client) prior to the proposed conclusion of a call-off agreement (project contract) with a value in excess of 20 000 000 GBP.

six.4) Procedures for review

six.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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/