Contract

Offsite Construction Solutions - Lot 5 Extension

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

F03: Contract award notice

Notice identifier: 2025/S 000-035844

Procurement identifier (OCID): ocds-h6vhtk-030512 (view related notices)

Published 27 June 2025, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region 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.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 - Lot 5 Extension

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 has 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, 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.

Lot 1 sub Lots 1.1, 1.2 & 1.3, Lot 2 sub Lots 2.1 & 2.2, Lot 3, Lot 4 sub Lots 4.1 & 4.2 and Lot 6 of this framework will run for 4 years, with an option to extend the lifetime of the framework by an additional 3 years. The end date for these Lots remains as 23 January 2027.

The option to extend has been utilised for Lot 5 sub Lots 5.1 & 5.2 and the end date for Lot 5 will be 23 January 2030.

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

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

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,100,000,000

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 provides the supply, design, delivery, of works, supplies or construction/installation and maintenance of permanent buildings/installations for the Defence sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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) 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 provides the supply, design, delivery, of works, supplies or construction/installation and maintenance of permanent buildings/installations for the Defence sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

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

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-023794


Section five. Award of contract

Lot No

5.1, 5.2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 January 2023

five.2.2) Information about tenders

Number of tenders received: 38

Number of tenders received from SMEs: 22

Number of tenders received by electronic means: 38

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,100,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot

guarantee to suppliers any business through this Commercial Agreement.

The contract award notice for RM6184 Offsite Construction Solutions can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/9f86603c-76e8-41f9-af04-024de2a02aa9

As part of this contract award notice for RM6184 Offsite Construction Solutions Lot 5 extension the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/88440a24-7fa4-4aa2-84c3-4019d5887651

1) Redacted Commercial Agreement

2) List of Successful Suppliers Lot 5

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Places Awarded on Lot 5:

Lot 5: Defence

Sub-Lot 5.1 - 11

Sub-Lot 5.2 - 4

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9 th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

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 3454102222

Country

United Kingdom