Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9P
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Construction Professional Services
Reference number
RM6165
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”) is completing and submitting this VEAT notice in relation to the procurement of Lot 1 of the RM6165 framework. The RM6165 framework is divided into Lots. This notice only relates to Lot 1. For further information on the procurement of the RM6165 framework, please refer to the original FTS Contract Notice Reference Number – 2021/S 000-004771. The value in section II.1.7 is for Lot 1 only. The total value of the RM6165 framework is £1,722,500,000.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,000,000,000
two.2) Description
two.2.1) Title
Built Environment & General Infrastructure
Lot No
1
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
- 71222000 - Architectural services for outdoor areas
- 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
- 71244000 - Calculation of costs, monitoring of costs
- 71245000 - Approval plans, working drawings and specifications
- 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
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71311230 - Railway engineering services
- 71311240 - Airport engineering 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
- 90712000 - Environmental planning
- 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
Lot 1 Built Environment & General Infrastructure is dedicated to provide a wide range of industry expert construction professional services at discreet delivery stages (from inception to completion). The services are intended to support eligible public sector bodies in delivering a wide and varied range of major and minor building, and civil engineering projects at locations throughout the UK.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Under question IV.1.1 Type of Procedure, CCS indicated that the procedure used was “Award of a contract without prior publication of a call for competition.” This option was only selected due to mandatory requirements for completing and submitting a VEAT notice.
A contract notice (i.e. a call for competition) compliant with the Public Contracts Regulations 2015 was published in connection with the procurement for the four contracts referenced in section V. These four contracts come under Lot 1 of the RM6165 framework and the original FTS Contract Notice for that framework is under reference number – 2021/S 000-004771. Further documents for RM6165 can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f5017626-8414-461d-8cdc-d6cc6100baff
CCS initially awarded 16 contracts under Lot 1 of RM6165 following an open procedure. Shortly afterwards, having reviewed its requirements, and those of its customers, CCS determined that, to ensure the framework provides sufficient capacity coverage to service its customers’ needs, Lot 1 should be amended to have 20 suppliers. Accordingly, CCS intends to award these 4 additional contracts in accordance with the compliant competitive procedure.
For the avoidance of doubt, the intention of issuing this VEAT notice is to provide the market with sufficient notice of these four additional contracts.
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
18 November 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Academy Consulting
Second Floor, 71 London Road, Sevenoaks
Kent
TN13 1AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
4336350
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,000,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
18 November 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Gaunt Francis Architects Ltd
1st Floor Holborn Gate, 330 High Holborn
London
WC1V 7QT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07677103
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,000,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
18 November 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Gleeds Cost Management Ltd
95 New Cavendish Street
London
W1W 6XF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06472932
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,000,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
18 November 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
McBains Ltd
26 Finsbury Square
London
EC2A 1DS
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
3094139
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,000,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The figure provided in sections II.1.7 and V.2.4 is the estimated total value of Lot 1 of the RM6165 framework. This is only an estimate of the total value of the Lot and CCS does not guarantee any business to suppliers through this agreement.
The date specified in V.2.1 for the date of conclusion of contract is the date of CCS providing the market with notice of the intention to award these four contracts. CCS expects the contracts will be concluded on 30 November 2021. Please also see the additional information in Annex D.
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 Building, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3150103503
Country
United Kingdom