Construction Professional Services

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

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£52M-£1B
Sector
ENVIRONMENT
Published
13 Dec 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 6 suppliers

Description

Crown Commercial Service (CCS) has put in place a framework agreement for the provision of Construction Professional Services. This will 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

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

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

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

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

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

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 Detail

1 AECOM (London)
  • Built Environment & General Infrastructure
  • Reference: 031035-2021-1
  • Value: £1,000,000,000
2 Atkins (Epsom)
  • Urban Regeneration
  • Reference: 031035-2021-2
  • Value: £150,000,000
3 Mott Macdonald (Croydon)
  • International
  • Reference: 031035-2021-3
  • Value: £100,000,000
4 Currie & Brown (London)
  • High Rise
  • Reference: 031035-2021-4
  • Value: £52,500,000
5 Capita Property & Infrastructure (London)
  • Defence & Security
  • Reference: 031035-2021-5
  • Value: £345,000,000
6 WSP (London)
  • Environmental & Sustainability Technical Services
  • Reference: 031035-2021-6
  • Value: £75,000,000

Award Criteria

Quality 75
price 25

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

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/dbcd5907-cdc1-4160-932d-55ca37... 1) Redacted Commercial Agreement 2) List of all successful Suppliers 3) List of members for each successful Supplier that is a Group of Economic Operators 4) Approved Customer list 5) Transparency Agenda This information is within the attachments area of the Contracts Finder notice. 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. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 1 - 16 suppliers were awarded a place as opposed to the number of 12 as was originally stated in the Contract Notice that was published on 09/03/2021. For Lot 2 - 14 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice that was published on 09/03/2021. For Lot 3 - 7 suppliers were awarded a place as opposed to the number of 6 as was originally stated in the Contract Notice that was published on 09/03/2021. For Lot 4 - 11 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice that was published on 09/03/2021. For Lot 5 - 12 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice that was published on 09/03/2021. For Lot 6 - 9 suppliers were awarded a place as opposed to the number of 8 as was originally stated in the Contract Notice that was published on 09/03/2021. In respect of Lot 1, CCS initially awarded 16 contracts on 01/10/2021 and awarded 4 additional contracts on 30/11/2021. Please refer to the voluntary ex ante transparency notice (reference 2021/S 000-028867) completed and submitted by CCS, and published on 18/11/2021, for more information.

Reference

Domains