Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
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 Professional Services 2
Reference number
RM6356
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 Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations and International.
The lotting structure of this framework will be determined as a result of the market engagement.
Further information is included in the Additional Information section VI.3.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71247000 - Supervision of building work
- 71251000 - Architectural and building-surveying services
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering 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
- 71314300 - Energy-efficiency consultancy services
- 71315000 - Building services
- 71315210 - Building services consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection 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
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71326000 - Ancillary building services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering 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
- 71356300 - Technical support services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71500000 - Construction-related services
- 71510000 - Site-investigation services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71600000 - Technical testing, analysis and consultancy services
- 72224000 - Project management consultancy services
- 72242000 - Design-modelling services
- 75251110 - Fire-prevention services
- 76100000 - Professional services for the gas industry
- 76200000 - Professional services for the oil industry
- 79418000 - Procurement consultancy services
- 79933000 - Design support services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90712000 - Environmental planning
- 90712100 - Urban environmental development planning
- 90712300 - Marine conservation strategy planning
- 90712400 - Natural resources management or conservation strategy planning services
- 90715000 - Pollution investigation services
- 90733000 - Services related to water pollution
- 92312213 - Technical author services
- 98360000 - Marine services
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Construction Professional Services 2
two.3) Estimated date of publication of contract notice
6 December 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
This Prior Information Notice is to signal an intention to commence market engagement with those within the construction professional services market. CCS invites suggestions and feedback on the design of RM6356 CPS2, including its lots and structure, from the market via the Supplier Questionnaire - https://crowncommercial.qualtrics.com/jfe/form/SV_efzVKWDE8C59dAO
CCS will be running the first round of supplier engagement via a series of webinars sessions, based on the analysis of questionnaire feedback, from 15th July 2024.
A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/2e62c685-fe4f-4d7f-9307-79fcd44b6c6e
Crown Commercial Service intends to hold market engagement sessions between June and August 2024 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing CPS@crowncommercial.gov.uk no later than midday on 14th June 2024. Further details will be provided to you.
Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will be participating in the market engagement.
If you wish to participate in future market engagement please express your interest by emailing CPS@crowncommercial.gov.uk along with the following details:
1. Organisation name
2. Contact name
3. Job title of contact (including responsibility within your organisation)
4. Contact phone number
5. Contact email
6. Organisation website link
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.
The date in II.3 is the estimated date of publication, please refer to the CCS website page for updates and monitor Find A Tender Service 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 certified for the services under and in connection with the procurement.
The service that arises 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 Construction Professional Services 2 Schedule, “Security Requirement and Plan”, to meet Construction Professional Services 2 requirements. This will be released at the ITT stage.
Keep up to date on details, via the CCS 'Upcoming Deals' webpage link. Please note this page will be updated in due course: