Construction Works and Associated Services 2 / Procure 23 (CWAS2/P23)

A Tender Notice
by CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Works)
Duration
4.5 year
Value
£30B
Sector
CONSTRUCTION
Published
24 Sep 2021
Delivery
To 18 Sep 2028 (est.)
Deadline
08 Nov 2021 12:59

Concepts

Location

United Kingdom: UKC – UKK

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Crown Commercial Service (CCS) as the Contracting Authority intends to put in place ProCure23 (P23) (Lots 1, 2 and 3) which will be the fourth generation of the ProCure framework and will continue the provision of design and construction services to NHS capital projects other than in respect of the New Hospital Programme (see below). Please note this is available only to NHS bodies in England. In its 19 year history this mature and award winning framework has successfully delivered more than 1200 projects across England, with a cumulative spend of £9.7bn, and ProCure23 will build this heritage into a third decade. Crown Commercial Service (CCS) as the Contracting Authority intends to put in place a Pan Government Collaborative Agreement (for Lot 4 and Lot 5 only) for the provision of Construction Works to be utilised by eligible Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all Construction Works projects required by UK Central Government Departments.

Lot Division

3 P23 – Healthcare Solution Provider > £70M – England
  • Value: £3B

Lot 3: P23 – Healthcare Solution Provider > £70M - England. Healthcare related construction works and associated services including works activities, design services and construction consultancy services. Additional information: 8 (eight) Supplier Alliance Members will be awarded a place on Lot 3, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid. The Contracts Finder notice and ITT Event will be published on 27/09/2021.

Award Criteria
Qaulity 70
price 30
4 CWAS 2 – Airfield Works – National Lot
  • Value: £1B

Lot 4 CWAS 2 Airfield Works - National Lot. Airfield related construction works and associated services including work activities, and design services; this lot applies to the whole of the UK. Additional information: 6 (six) Supplier Alliance Members will be awarded a place on Lot 4, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid. The Contracts Finder notice and ITT Event will be published on 27/09/2021.

Award Criteria
Quality 70
price 30
5 CWAS 2 – General Construction Works >£80M – National Lot
  • Value: £20B

Lot 5: CWAS 2 - General Construction Works > £80M. Non-sector specific construction works and associated services including works activities, and design services. Additional information: A maximum of 20 (twenty) Supplier Alliance Members will be awarded a place on Lot 5, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid. The Contracts Finder notice and ITT Event will be published on 27/09/2021.

Award Criteria
Quality 70
price 30
4 Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots. Please refer to Section II.2.14) Additional information for details of Lot 1 Regional Sub-Lots.
  • Value: £3B

Lot 1: P23 – Healthcare Solution Provider <£20M - England. Regional Healthcare related construction works and associated services including work activities, design services and construction consultancy services; this lot applies to England only and is split into 7 geographic regions as detailed in the Invitation to Tender Bid Pack. For Lot 1, bidders can bid from one to seven regional sub-lots. However the maximum number of regional sub-lots any bidder can be awarded is 4 (four); except where a region would otherwise have fewer than 8 (eight) successful bidders. In this situation, the highest scoring bidder(s), who expressed a preference outside of their top 4 (four) for said region, will be appointed. This is regardless of the number of other regions they have been successful in. Additional information: Lot 1 Regional Sub-Lots are as follows: Sub-Lot:1.1: North East (Includes Yorkshire and the Humber) Sub-Lot: 1.2: North West Sub-Lot: 1.3: Midlands (East & West) Sub-Lot: 1.4: East of England Sub-Lot: 1.5: London Sub-Lot: 1.6: South East Sub-Lot: 1.7: South West The Contracts Finder notice and ITT Event will be published on 27/09/2021.

Award Criteria
Qaulity 70
price 30
5 Lot 2 P23 – Healthcare Solution Provider £20M - £70M – England
  • Value: £3B

Lot 2: P23 – Healthcare Solution Provider £20M - £70M - England. Healthcare related construction works and associated services including works activities, design services and construction consultancy services. Additional information: 8 (eight) Supplier Alliance Members will be awarded a place on Lot 2, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid. The Contracts Finder notice and ITT Event will be published on 27/09/2021.

Award Criteria
Quality 70
price 30

CPV Codes

  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 50000000 - Repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71222000 - Architectural services for outdoor areas
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71315000 - Building services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 75122000 - Administrative healthcare services
  • 50700000 - Repair and maintenance services of building installations
  • 71311300 - Infrastructure works consultancy services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45111310 - Dismantling works for military installations
  • 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
  • 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
  • 45235000 - Construction work for airfields, runways and manoeuvring surfaces
  • 45235100 - Construction work for airports
  • 45235111 - Airfield pavement construction work
  • 45235200 - Runway construction works
  • 45300000 - Building installation work
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 45213340 - Construction work for buildings relating to water transport
  • 45240000 - Construction work for water projects
  • 45247100 - Construction work for waterways
  • 71323000 - Engineering-design services for industrial process and production

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/6b200384-4120-4ef8-9921-1f77d9... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list for Lots 1, 2 and 3; 3) Contract notice authorised customer list for Lots 4 and 5; 4) Rights reserved for the CCS framework. The duration of the RM6267 Framework Alliance Contract is 56 months because it must be coterminous with RM6088 Construction Works and Associated Services Framework Alliance Contract. On 2.4.2014 the Government introduced its Government Security Classifications (GSC) scheme which replaced the 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. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Alliance Contract (FAC) may have requirements that can be met under this FAC but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the CCS CWAS 2 - P23 Framework Alliance Contract 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. CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position of the number of Supplier Alliance Members within that Lot. CCS intends to host a webinar following the launch of the procurement. This will take place the week commencing 4th October 2021. If you are interested in attending the webinar session please express your interest by emailing CWAS2-P23@crowncommercial.gov.uk and further details will be provided to you via the eSourcing tool. Your email must clearly state the name of your organisation and contact details for the individual(s) who will attend the webinar. Registration details will be provided via the messaging facility within that tool (please see Registering for access below) or alternatively, if you are late in registering in the eSourcing tool, we will send you the link details to the email address provided when registering interest. Registering for access: This procurement will be managed electronically via the eSourcing tool. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing tool 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 to 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.

Reference

Domains