Opportunity

Offsite Construction Solutions

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

F02: Contract notice

Notice reference: 2022/S 000-023794

Published 25 August 2022, 2:10pm



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

supplier@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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Offsite Construction Solutions

Reference number

RM6184

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 Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Offsite Construction Solutions as a multi-Lot framework agreement available for use by UK public sector bodies and future successor organisations, which includes Central Government Departments and their arm’s length bodies and agencies, the wider public sector and third sector including, but not limited to, local government, health, education, police, fire and rescue, nuclear, rail, housing associations and charities.

This framework will provide public sector organisations with the design, fabrication, physical delivery, construction or installation and maintenance of prefabricated buildings, as well as direct access to manufacturers for a complete range of offsite construction solutions.

This framework will run for 4 years, with an option to extend the lifetime of the framework by an additional 3 years.

The lotting structure of this framework has been determined as a result of the market engagement and is detailed below.

Further information is included in the Additional Information section VI.3.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000,000

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: 11

two.2) Description

two.2.1) Title

Lot 1: Built Estate including Education Sub-Lot 1.1 - £0m > £15m Purchase and £0m > Hire 3D Turnkey Solutions Only

Lot No

1.1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Sub-Lot 1.1 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of both temporary and permanent buildings/installations, purchased or hired for the Education and wider Built Estate sectors. This sub-Lot will also provide the same service to all other sectors.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £700,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 1.1 , 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 1: Built Estate including Education Sub-Lot 1.2 - £15m > 3D Turnkey Solutions Purchase Only

Lot No

1.2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Sub-Lot 1.2 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of permanent buildings/installations for installations purchased for the Education and wider Built Estate sectors. This sub-Lot will also provide the same service to all other sectors.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £700,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 1.2 , 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 1: Built Estate including Education Sub-Lot 1.3 - £0m > 2D Turnkey Solutions Purchase Only

Lot No

1.3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Sub-Lot 1.3 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of permanent buildings/installations purchased for the Education and wider Built Estate sectors. This sub-Lot will also provide the same service to all other sectors.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £550,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 1.3 , 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 2: Healthcare Sub-Lot 2.1 - £0m > Purchase and £0m > Hire 3D Turnkey Solutions Only

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Sub-Lot 2.1 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of both temporary and permanent buildings/installations, purchased or hired for the Healthcare sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £435,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 2.1, 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 2: Healthcare Sub-Lot 2.2 - £0m > 2D Turnkey Solutions Purchase Only

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Sub-Lot 2.2 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance permanent buildings/installations purchased for the Healthcare sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £750,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 2.2, 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: Residential Properties

Lot No

3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction and installation of permanent buildings/installations for the Residential sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £450,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

All compliant bidders who meet the Quality Threshold for Lot 3, as stated in Attachment 2 - How to bid, will be awarded a place on Lot 3.

two.2) Description

two.2.1) Title

Lot 4: Justice Sub-Lot 4.1 - 3D Turnkey Solutions

Lot No

4.1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Lot 4 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of both temporary and permanent buildings/installations for the Justice sector.

Sub-Lot 4.1 - 3D Turnkey Solutions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,000,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 4.1, 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 4: Justice Sub-Lot 4.2 - 2D Turnkey Solutions

Lot No

4.2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Lot 4 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of both temporary and permanent buildings/installations the Justice sector.

Sub-Lot 4.2 - 2D Turnkey Solutions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £830,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place onSub-Lot 4.2, 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 5: Defence Sub-Lot 5.1 - 3D Turnkey Solutions

Lot No

5.1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Lot 5 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of permanent buildings/installations for the Defence sector.

Sub-Lot 5.1 - 3D Turnkey Solutions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,800,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 5.1, 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 5: Defence Sub-Lot 5.2 - 2D Turnkey Solutions

Lot No

5.2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39522530 - Tents
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 44211110 - Cabins
  • 44211200 - Cubicles
  • 44211400 - Field kitchens
  • 44211500 - Glasshouses
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45100000 - Site preparation 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
  • 45213312 - Car park building construction work
  • 45213340 - Construction work for buildings relating to water transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45214200 - Construction work for school buildings
  • 45214210 - Primary school construction work
  • 45214220 - Secondary school construction work
  • 45214230 - Special school construction work
  • 45214310 - Vocational college construction work
  • 45214320 - Technical college 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
  • 45223000 - Structures construction work
  • 45223110 - Installation of metal structures
  • 45223200 - Structural works
  • 45223210 - Structural steelworks
  • 45223220 - Structural shell work
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 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
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Lot 5 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of permanent buildings/installations for the Defence sector.

Sub-Lot 5.2 - 2D Turnkey Solutions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,300,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

15 (fifteen) Supplier Alliance Members will be awarded a place on Sub-Lot 5.2, 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 6: Thermal Efficiency Upgrades

Lot No

6

two.2.2) Additional CPV code(s)

  • 38436410 - Thermal regulators for mechanical shakers with heating plates
  • 44111520 - Thermal insulating material
  • 44112000 - Miscellaneous building structures
  • 44200000 - Structural products
  • 44212381 - Cladding
  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45251140 - Thermal power plant construction work
  • 45251141 - Geothermal power station construction work
  • 45262000 - Special trade construction works other than roof works
  • 45262650 - Cladding works
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 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
  • 71242000 - Project and design preparation, estimation of costs
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71315000 - Building 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
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 79415200 - Design consultancy 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

Lot 6 of the Offsite Construction Solutions framework is to provide the supply, design, delivery, construction/installation and maintenance of thermally efficient upgrades to permanent building external structures through non-structural systems.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £485,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the Framework is 48 months, with an option to extend for 36 months.

CCS reserve the right to extend lots by varying durations

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

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

5 (five) Supplier Alliance Members will be awarded a place on Lot 6, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.


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: 2021/S 000-032155

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

Date

7 October 2022

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: 160 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 October 2022

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/Start/27a7d36d-2391-42c9-908a-a710b541ec45

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.

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

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.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

CCS intends to host a bidder conference following the launch of the procurement. This will take place at 11:00am on 1st September 2022. If you are interested in attending the conference, please express your interest by emailing offsite@crowncommercial.gov.uk by 12pm on 30th August. Your email must clearly state the name of your organisation and contact details for the individual(s) who wish to attend. Please note, we are unable to answer any questions during this conference. All questions must be submitted via the eSourcing tool.

Registering for access:

This procurement will be managed electronically via the eSourcing tool. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing tool 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.

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/