Awarded contract

Construction Works and Associated Services 2 / Procure 23 (CWAS2/P23)

  • Crown Commercial Service

F03: Contract award notice

Notice reference: 2022/S 000-010220

Published 19 April 2022, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

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.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Construction Works and Associated Services 2 / Procure 23 (CWAS2/P23)

Reference number

RM6267

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Crown Commercial Service (CCS) as the Contracting Authority has put in place ProCure23 (P23) (Lots 1, 2 and 3) which is the fourth generation of the ProCure framework and will continue the provision of design and construction services to NHS capital projects other than in respect of the New Hospital Programme*. Please note this is available only to NHS bodies in England.

In its 19 year history this mature and award winning framework has successfully delivered more than 1200 projects across England, with a cumulative spend of £9.7bn, and ProCure23 will build this heritage into a third decade.

* Whilst the framework is not intended to provide the main sourcing routes for new hospitals within the New Hospital Programme (NHP), for the avoidance of doubt, NHP does reserve the right to use it. This reserved right was stated in the PIN.

Crown Commercial Service (CCS) as the Contracting Authority has put in in place a Pan Government Collaborative Agreement (for Lot 4 and Lot 5 only) for the provision of Construction Works to be utilised by eligible Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. This commercial agreement will be the recommended vehicle for all Construction Works projects required by UK Central Government Departments.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £30,000,000,000

two.2) Description

two.2.1) Title

Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots: 1.1 - 1.7

Lot No

1

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71315000 - Building services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKC - UKK

two.2.4) Description of the procurement

Lot 1: P23 – Healthcare Solution Provider <£20M - England. Regional Healthcare related construction works and associated services including work activities, design services and construction consultancy services; this lot applies to England only and is split into 7 geographic regions.

For Lot 1, bidders could bid from one to seven regional sub-lots. However the maximum number of regional sub-lots any bidder could be awarded was 4 (four); except where a region would otherwise have fewer than 8 (eight) successful bidders. In that situation, the highest scoring bidder(s), who expressed a preference outside of their top 4 (four) for said region, has been appointed.

This was regardless of the number of other regions they have been successful in.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Lot 1 Regional Sub-Lots 1.1 – 1.7:

In each of Sub-Lots 1.1 to 1.6, 8 (eight) Supplier Alliance Members have been awarded a place.

In Sub-Lot 1.7, 5 (five) Supplier Alliance Members have been awarded a place. This region had fewer than eight successful bidders.

two.2) Description

two.2.1) Title

Lot 2: P23 – Healthcare Solution Provider £20M - £70M - England

Lot No

2

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71300000 - Engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKC - UKK

two.2.4) Description of the procurement

Lot 2: P23 – Healthcare Solution Provider £20M - £70M - England. Healthcare related construction works and associated services including works activities, design services and construction consultancy services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

9 (nine) Supplier Alliance Members have been awarded a place on Lot 2, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.

two.2) Description

two.2.1) Title

Lot 3: P23 – Healthcare Solution Provider > £70M - England

Lot No

3

two.2.2) Additional CPV code(s)

  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71300000 - Engineering services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKC - UKK

two.2.4) Description of the procurement

Lot 3: P23 – Healthcare Solution Provider > £70M - England. Healthcare related construction works and associated services including works activities, design services and construction consultancy services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

8 (eight) Supplier Alliance Members have been awarded a place on Lot 3.

two.2) Description

two.2.1) Title

Lot 4: CWAS 2 - Airfield Works - National Lot

Lot No

4

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111310 - Dismantling works for military installations
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45216200 - Construction work for military buildings and installations
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45235000 - Construction work for airfields, runways and manoeuvring surfaces
  • 45235100 - Construction work for airports
  • 45235111 - Airfield pavement construction work
  • 45235200 - Runway construction works
  • 45300000 - Building installation work
  • 51000000 - Installation services (except software)
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 CWAS 2 Airfield Works - National Lot.

Airfield related construction works and associated services including work activities, and design services; this lot applies to the whole of the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

6 (six) Supplier Alliance Members have been awarded a place on Lot 4.

two.2) Description

two.2.1) Title

Lot 5: CWAS 2 - General Construction Works > £80M

Lot No

5

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111310 - Dismantling works for military installations
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45216200 - Construction work for military buildings and installations
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45235100 - Construction work for airports
  • 45240000 - Construction work for water projects
  • 45247100 - Construction work for waterways
  • 45300000 - Building installation work
  • 51000000 - Installation services (except software)
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71323000 - Engineering-design services for industrial process and production
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5: CWAS 2 - General Construction Works > £80M

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

20 (twenty) Supplier Alliance Members have been awarded a place on Lot 5.


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

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: 2021/S 000-023882


Section five. Award of contract

Contract No

RM6267

Lot No

1

Title

Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots: 1.1 - 1.7

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2022

five.2.2) Information about tenders

Number of tenders received: 106

Number of tenders received from SMEs: 17

Number of tenders received by electronic means: 106

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,000,000,000


Section five. Award of contract

Contract No

RM6267

Lot No

2

Title

P23 – Healthcare Solution Provider £20M - £70M - England

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,000,000,000


Section five. Award of contract

Contract No

RM6267

Lot No

3

Title

P23 – Healthcare Solution Provider > £70M - England

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,000,000,000


Section five. Award of contract

Contract No

RM6267

Lot No

4

Title

CWAS 2 - Airfield Works - National Lot

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2022

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,000,000,000


Section five. Award of contract

Contract No

RM6267

Lot No

5

Title

CWAS 2 - General Construction Works > £80M

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2022

five.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £20,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/59a42942-d635-4060-b4aa-d715434236a9

1) Redacted Framework Alliance Contract;

2) Contract notice transparency information for the agreement;

3) Contract notice authorised customer list for Lots 1, 2 and 3;

4) Contract notice authorised customer list for Lots 4 and 5;

5) Rights reserved for the CCS framework;

6) Full list of successful suppliers

7) Suppliers who are a Group of Economic Operators

The start date of this Framework Alliance Contract is 21/3/2022. The expiry date of the Framework Agreement is 30/10/2026. The Framework Alliance Contract will be coterminous with the RM6088 Construction Works and Associated Services Framework Alliance.

On 2/4/2014 the Government introduced its Government Security Classifications (GSC) scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

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

Some purchases under this Framework Alliance Contract (FAC) may have requirements that can be met under this FAC but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the CCS CWAS 2 - P23 Framework Alliance Contract 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.

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

http://www.crowncommercial.gov.uk

six.4.2) Body responsible for mediation procedures

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

six.4.4) Service from which information about the review procedure may be obtained

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom