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
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Public Procurement
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Construction Professional Services DPS
Reference number
RM6242
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service (CCS) as the Authority intends to put in place a dynamic purchasing system for the provision of Construction Professional Services including but not limited to; project management, engineering, cost consultancy, design services, architectural services, and environmental and sustainability services.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 70110000 - Development services of real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71222100 - Urban areas mapping services
- 71222200 - Rural areas mapping services
- 71223000 - Architectural services for building extensions
- 71230000 - Organisation of architectural design contests
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71243000 - Draft plans (systems and integration)
- 71244000 - Calculation of costs, monitoring of costs
- 71245000 - Approval plans, working drawings and specifications
- 71246000 - Determining and listing of quantities in construction
- 71247000 - Supervision of building work
- 71248000 - Supervision of project and documentation
- 71250000 - Architectural, engineering and surveying services
- 71300000 - Engineering services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71311230 - Railway engineering services
- 71311240 - Airport engineering services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313200 - Sound insulation and room acoustics consultancy services
- 71313400 - Environmental impact assessment for construction
- 71313410 - Risk or hazard assessment for construction
- 71313420 - Environmental standards for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71313450 - Environmental monitoring for construction
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315000 - Building services
- 71317000 - Hazard protection and control consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 71318000 - Advisory and consultative engineering services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71326000 - Ancillary building services
- 71330000 - Miscellaneous engineering services
- 71332000 - Geotechnical engineering services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71350000 - Engineering-related scientific and technical services
- 71351000 - Geological, geophysical and other scientific prospecting services
- 71352000 - Subsurface surveying services
- 71353000 - Surface surveying services
- 71354000 - Map-making services
- 71355000 - Surveying services
- 71356000 - Technical services
- 71400000 - Urban planning and landscape architectural services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71500000 - Construction-related services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 72000000 - IT services: consulting, software development, Internet and support
- 72224000 - Project management consultancy services
- 72242000 - Design-modelling services
- 73000000 - Research and development services and related consultancy services
- 75251110 - Fire-prevention services
- 79418000 - Procurement consultancy services
- 79422000 - Arbitration and conciliation services
- 79933000 - Design support services
- 90712100 - Urban environmental development planning
- 90712200 - Forest conservation strategy planning
- 90712300 - Marine conservation strategy planning
- 90712400 - Natural resources management or conservation strategy planning services
- 90712500 - Environmental institution building or planning
- 90713000 - Environmental issues consultancy services
- 90714000 - Environmental auditing
- 90715000 - Pollution investigation services
- 90731000 - Services related to air pollution
- 90732000 - Services related to soil pollution
- 90733000 - Services related to water pollution
- 98360000 - Marine services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The RM6242 DPS will be organised into distinct categories so suppliers can indicate all elements relevant to their service offering, and Customers can filter the elements to produce a shortlist of appointed suppliers to invite to a competition.
The four (4) distinct categories comprise of:
Technical & Professional Services
Industry Sector
Geographical Regions
Additional Capability
Within these filters are further sub-filters that agencies can select to demonstrate the level of services they can provide.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6242 Construction Professional Services DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.
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
Initial term of 48 months with optional extension periods of 12 months + 12 months (a maximum of 72 months).
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
Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6242 Construction Professional Services DPS agreement. The procurement bid pack and registration details can be accessed via the following URL address
https://supplierregistration.cabinetoffice.gov.uk/dps
and clicking on Construction Professional Services
Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6242 Construction Professional Services DPS please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide
https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:
1) Contract notice authorised customer list;
2) Rights reserved for CCS DPS Agreement.
3) DPS Bid Pack
4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/17f54304-4783-4278-a0b6-6a3f050c5b36
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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 000-008555
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
28 September 2027
Local time
12:00am
Changed to:
Date
2 November 2027
Local time
11:59pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:
(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.
We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.
It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
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 suppliers should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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, suppliers must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.
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
supplier@crowncommercial.gov.uk
Telephone
+44 3450103503
Country
United Kingdom