Construction Professional Services

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£2B
Sector
ENVIRONMENT
Published
09 Mar 2021
Delivery
To 20 Apr 2025 (est.)
Deadline
20 Apr 2021 14:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

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.

Lot Division

1 Built Environment & General Infrastructure
  • Value: £578M

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.

2 Urban Regeneration
  • Value: £150M

Lot 2 Urban Regeneration 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.

3 International
  • Value: £300M

Lot 3 International 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 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.

4 High Rise
  • Value: £52M

Lot 4 High Rise is dedicated to provide a wide range of industry expert Construction Professional Services at discrete delivery stages, (from inception to completion) to support high rise accommodation construction and renovation (where projects relate to housing and/or residential accommodation and associated building) at locations throughout the UK.

5 Defence
  • Value: £345M

Lot 5 Defence 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, including those of a sensitive nature, at locations throughout the UK.

6 Environmental & Sustainability Technical Services
  • Value: £75M

Lot 6 Environmental is dedicated to provide access to a range of industry expert Environmental, Sustainability and Carbon Management support and technical delivery services at discrete 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

Award Criteria

Quality 75.0
PRICE 25.0

CPV Codes

  • 71000000 - Architectural, construction, engineering and inspection services
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 70110000 - Development services of real estate
  • 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
  • 66140000 - Portfolio management services
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 50240000 - Repair, maintenance and associated services related to marine and other equipment
  • 98910000 - Services specific to international organisations and bodies
  • 71315100 - Building-fabric consultancy services
  • 98392000 - Relocation services
  • 71314000 - Energy and related 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
  • 71353200 - Dimensional surveying services
  • 71354500 - Marine survey services
  • 73112000 - Marine research services
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/f5017626-8414-461d-8cdc-d6cc61... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. 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 bidders should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. Minimum standards of reliability: CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a Framework Agreement user (additional client) prior to the proposed conclusion of a call-off agreement (project contract) with a value in excess of 20 000 000 GBP.

Reference

Domains