Opportunity

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

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2021/S 000-023882

Published 24 September 2021, 10:45pm



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 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

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 intends to put in place ProCure23 (P23) (Lots 1, 2 and 3) which will be 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 (see below). 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.

Crown Commercial Service (CCS) as the Contracting Authority intends to put 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. It is intended that this commercial agreement will be the recommended vehicle for all Construction Works projects required by UK Central Government Departments.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000,000

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: 5

two.2) Description

two.2.1) Title

Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots. Please refer to Section II.2.14) Additional information for details of Lot 1 Regional Sub-Lots.

Lot No

Lot 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 as detailed in the Invitation to Tender Bid Pack.

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

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

two.2.5) Award criteria

Quality criterion - Name: Qaulity / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £3,000,000,000

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

Duration in months

56

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Lot 1 Regional Sub-Lots are as follows:

Sub-Lot:1.1: North East (Includes Yorkshire and the Humber)

Sub-Lot: 1.2: North West

Sub-Lot: 1.3: Midlands (East & West)

Sub-Lot: 1.4: East of England

Sub-Lot: 1.5: London

Sub-Lot: 1.6: South East

Sub-Lot: 1.7: South West

The Contracts Finder notice and ITT Event will be published on 27/09/2021.

two.2) Description

two.2.1) Title

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

Lot No

Lot 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.2.6) Estimated value

Value excluding VAT: £3,000,000,000

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

Duration in months

56

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

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

The Contracts Finder notice and ITT Event will be published on 27/09/2021.

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: Qaulity / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £3,000,000,000

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

Duration in months

56

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

8 (eight) Supplier Alliance Members will be awarded a place on Lot 3, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.

The Contracts Finder notice and ITT Event will be published on 27/09/2021.

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.2.6) 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

56

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

6 (six) Supplier Alliance Members will be awarded a place on Lot 4, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.

The Contracts Finder notice and ITT Event will be published on 27/09/2021.

two.2) Description

two.2.1) Title

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

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
Main site or place of performance

UK – United Kingdom

two.2.4) Description of the procurement

Lot 5: CWAS 2 - General Construction Works > £80M. Non-sector specific construction works and associated services including works activities, and design services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £20,000,000,000

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

Duration in months

56

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

A maximum of 20 (twenty) Supplier Alliance Members will be awarded a place on Lot 5, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.

The Contracts Finder notice and ITT Event will be published on 27/09/2021.


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 000-017288

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

Date

8 November 2021

Local time

12:59pm

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

English

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

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

four.2.7) Conditions for opening of tenders

Date

8 November 2021

Local time

1:00pm


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/6b200384-4120-4ef8-9921-1f77d945ac86

1) Contract notice transparency information for the agreement;

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

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

4) Rights reserved for the CCS framework.

The duration of the RM6267 Framework Alliance Contract is 56 months because it must be coterminous with RM6088 Construction Works and Associated Services Framework Alliance Contract.

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 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 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.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position of the number of Supplier Alliance Members within that Lot.

CCS intends to host a webinar following the launch of the procurement. This will take place the week commencing 4th October 2021. If you are interested in attending the webinar session please express your interest by emailing CWAS2-P23@crowncommercial.gov.uk and further details will be provided to you via the eSourcing tool. Your email must clearly state the name of your organisation and contact details for the individual(s) who will attend the webinar. Registration details will be provided via the messaging facility within that tool (please see Registering for access below) or alternatively, if you are late in registering in the eSourcing tool, we will send you the link details to the email address provided when registering interest.

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 to 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/