Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Construction Works and Associated Services 2 / Procure 23 (CWAS2/P23)
Reference number: RM6267
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Crown Commercial Service (CCS) as the Contracting Authority has put in place ProCure23 (P23) (Lots 1, 2 and 3) which is 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*. 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.
* Whilst the framework is not intended to provide the main sourcing routes for new hospitals within the New Hospital Programme (NHP), for the avoidance of doubt, NHP does reserve the right to use it. This reserved right was stated in the PIN.
Crown Commercial Service (CCS) as the Contracting Authority has put in 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. This commercial agreement will be the recommended vehicle for all Construction Works projects required by UK Central Government Departments.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
30 000 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots: 1.1 - 1.7
II.2.2) Additional CPV code(s)
45111000
45200000
45210000
50000000
50710000
50711000
50712000
51000000
51100000
71000000
71200000
71210000
71222000
71300000
71313000
71315000
71321000
71322000
71500000
71510000
71521000
71530000
71540000
71541000
75122000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKC - UKK
II.2.4) Description of the procurement
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.
For Lot 1, bidders could bid from one to seven regional sub-lots. However the maximum number of regional sub-lots any bidder could be awarded was 4 (four); except where a region would otherwise have fewer than 8 (eight) successful bidders. In that situation, the highest scoring bidder(s), who expressed a preference outside of their top 4 (four) for said region, has been appointed.
This was regardless of the number of other regions they have been successful in.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot 1 Regional Sub-Lots 1.1 – 1.7:
In each of Sub-Lots 1.1 to 1.6, 8 (eight) Supplier Alliance Members have been awarded a place.
In Sub-Lot 1.7, 5 (five) Supplier Alliance Members have been awarded a place. This region had fewer than eight successful bidders.
Lot No: 2
II.2.1) Title
Lot 2: P23 – Healthcare Solution Provider £20M - £70M - England
II.2.2) Additional CPV code(s)
45111000
45200000
45210000
50000000
50700000
50710000
50711000
50712000
51000000
51100000
71000000
71200000
71210000
71222000
71300000
71311300
71315000
71321000
71322000
71500000
71510000
71521000
71530000
71540000
71541000
75122000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKC - UKK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
9 (nine) Supplier Alliance Members have been awarded a place on Lot 2, subject to the 1% rule as detailed in paragraph 12.2 of Attachment 2 - How to Bid.
Lot No: 3
II.2.1) Title
Lot 3: P23 – Healthcare Solution Provider > £70M - England
II.2.2) Additional CPV code(s)
45111000
45200000
45210000
50000000
50700000
50710000
50711000
50712000
51000000
51100000
71000000
71200000
71210000
71222000
71300000
71311300
71315000
71321000
71322000
71500000
71510000
71521000
71530000
71540000
71541000
75122000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKC - UKK
II.2.4) Description of the procurement
Lot 3: P23 – Healthcare Solution Provider > £70M - England. Healthcare related construction works and associated services including works activities, design services and construction consultancy services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
8 (eight) Supplier Alliance Members have been awarded a place on Lot 3.
Lot No: 4
II.2.1) Title
Lot 4: CWAS 2 - Airfield Works - National Lot
II.2.2) Additional CPV code(s)
31000000
45000000
45111000
45111310
45200000
45210000
45216000
45216200
45220000
45230000
45231000
45235000
45235100
45235111
45235200
45300000
51000000
71000000
71200000
71220000
71310000
71320000
71321000
71322000
71540000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK - United Kingdom
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
6 (six) Supplier Alliance Members have been awarded a place on Lot 4.
Lot No: 5
II.2.1) Title
Lot 5: CWAS 2 - General Construction Works > £80M
II.2.2) Additional CPV code(s)
31000000
45000000
45111000
45111310
45200000
45210000
45213340
45216000
45216200
45220000
45230000
45231000
45235100
45240000
45247100
45300000
51000000
71000000
71200000
71220000
71310000
71320000
71321000
71322000
71323000
71540000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 5: CWAS 2 - General Construction Works > £80M
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
20 (twenty) Supplier Alliance Members have been awarded a place on Lot 5.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-023882
Section V: Award of contract
Lot No: 1
Contract No: RM6267
Title: Lot 1: P23 – Healthcare Solution Provider <£20M - England Regional Sub-Lots: 1.1 - 1.7
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/03/2022
V.2.2) Information about tenders
Number of tenders received: 106
Number of tenders received from SMEs: 17
Number of tenders received by electronic means: 106
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: RM6267
Title: P23 – Healthcare Solution Provider £20M - £70M - England
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/03/2022
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: RM6267
Title: P23 – Healthcare Solution Provider > £70M - England
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/03/2022
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: RM6267
Title: CWAS 2 - Airfield Works - National Lot
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/03/2022
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: RM6267
Title: CWAS 2 - General Construction Works > £80M
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/03/2022
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/59a42942-d635-4060-b4aa-d715434236a9
1) Redacted Framework Alliance Contract;
2) Contract notice transparency information for the agreement;
3) Contract notice authorised customer list for Lots 1, 2 and 3;
4) Contract notice authorised customer list for Lots 4 and 5;
5) Rights reserved for the CCS framework;
6) Full list of successful suppliers
7) Suppliers who are a Group of Economic Operators
The start date of this Framework Alliance Contract is 21/3/2022. The expiry date of the Framework Agreement is 30/10/2026. The Framework Alliance Contract will be coterminous with the RM6088 Construction Works and Associated Services Framework Alliance.
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 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.
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.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: http://www.crowncommercial.gov.uk
VI.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
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
VI.5) Date of dispatch of this notice
19/04/2022