Scope
Reference
RM6356
Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Construction Professional Services. To be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to, Local Authorities, Health, Police, Fire and Rescue, Education, Housing, Charities, Not for Profit, Nuclear and Devolved Administrations and International.
This agreement will provide access to technical advisory services for the full lifecycle of construction projects across 11 dedicated lots:
Lot 1 - General Infrastructure & Built Environment
Lot 2 - Architectural Services
Lot 3 - Project Management
Lot 4 - Commercial Management
Lot 5 - Defence
Lot 6 - Defence Enhanced
Lot 7 - International is dedicated to providing 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 in locations world-wide. In addition to supporting overseas projects & programmes the Supplier Alliance member will be expected to have the capability to undertake tasks in the UK in support of the overseas requirements.
Although international capability is not a mandatory requirement for lots 2, 3 and 4, bidders for those lots will be asked to provide CCS with information regarding their ability, or desire to travel as part of the procurement selection questionnaire.
Lot 8 - Nuclear
Lot 9a - Flood Risk and Asset Management - Technical Services
Lot 9b - Flood Risk and Asset Management - Environmental
Lot 9c - Flood Risk and Asset Management - Commercial and Programme Management - Environmental Services
Services will include, but are not limited to:
-project management
-cost management
-engineering, for example civil, structural, electrical
-architectural and design services (design of buildings, spaces and infrastructure)
-environmental and sustainability services
Commercial tool
Establishes a framework
Total value (estimated)
- £3,500,000,000 excluding VAT
- £4,200,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 February 2026 to 25 February 2030
- 4 years
Main procurement category
Services
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71247000 - Supervision of building work
- 71251000 - Architectural and building-surveying services
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering 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
- 71314300 - Energy-efficiency consultancy services
- 71315000 - Building services
- 71315210 - Building services consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection 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
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71326000 - Ancillary building services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71351720 - Geophysical surveys of archaeological sites
- 71351810 - Topographical services
- 71351811 - Topographical surveys of archaeological sites
- 71351914 - Archaeological services
- 71352100 - Seismic services
- 71352110 - Seismographic surveying services
- 71353000 - Surface surveying services
- 71353200 - Dimensional surveying services
- 71354500 - Marine survey services
- 71355000 - Surveying services
- 71356300 - Technical support services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71500000 - Construction-related services
- 71510000 - Site-investigation services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 72322000 - Data management services
- 72224000 - Project management consultancy services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
Engagement
Engagement deadline
30 June 2025
The engagement was carried out before this notice was published.
Engagement process description
Prior to the Act coming into force, earlier preliminary market engagement was also undertaken, and notice of it provided in an FO1 Prior Information Notice:
PIN Notice identifier: 2024/S 000-017057
Information regarding customer and supplier engagement, including timelines, can be found at https://www.crowncommercial.gov.uk/agreements/RM6356
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
8 August 2025
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government