Future opportunity

Offsite Construction Solutions

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

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-032155

Published 22 December 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

modular.buildings@crowncommercial.gov.uk

Telephone

+44 3450103503

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

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public Procurement


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 organisation, 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, housing associations and charities.

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

The lotting structure of this framework will be determined as a result of the market engagement.

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

two.1.5) Estimated total value

Value excluding VAT: £10,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 39522530 - Tents
  • 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
  • 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
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 51000000 - Installation services (except software)
  • 70310000 - Building rental or sale services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71242000 - Project and design preparation, estimation of costs
  • 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
  • 71500000 - Construction-related services
  • 71540000 - Construction management services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Offsite Construction Solutions framework alliance contract is to provide the supply, design, delivery, construction/installation and maintenance of both temporary and permanent buildings/installations, purchased or hired.

The supplier alliance members awarded to this framework alliance contract are experienced providers and manufacturers of Offsite Construction Solutions.

This agreement will give its users direct access to manufacturers in a wide range of building types, standalone and response solutions. It will offer access to all Offsite solution categories 1 to 5 as detailed in MMC Definition Framework here.

two.2.14) Additional information

Lot structure will be finalised at the end of our market engagement.

two.3) Estimated date of publication of contract notice

1 July 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

This Prior Information Notice is to signal an intention to commence market engagement with those within the Offsite Construction market.

Crown Commercial Service intends to hold market engagement sessions during January and February 2022 with existing and new suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement session please express your interest by emailing modular.buildings@crowncommercial.gov.uk . Further details will be provided to you.

Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will be participating in the market engagement.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5 is an indicative value over 84 months.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/RM6184 for updates and monitor Find a Tender Service for the publication of the FTS contract notice.

The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.

https://www.contractsfinder.service.gov.uk/Notice/Start/6a17beec-8f90-4c26-8253-6dfdba153bd7