Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 20 April 2022
  • Last modified: 20 April 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
20 April 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
75122000 Administrative healthcare services Administrative services of agencies
71210000 Advisory architectural services Architectural and related services
45235111 Airfield pavement construction work Construction work for airfields, runways and manoeuvring surfaces
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
71315000 Building services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
45000000 Construction work Construction and Real Estate
45235000 Construction work for airfields, runways and manoeuvring surfaces Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45235100 Construction work for airports Construction work for airfields, runways and manoeuvring surfaces
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45213340 Construction work for buildings relating to water transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45216200 Construction work for military buildings and installations Construction work for buildings relating to law and order or emergency services and for military buildings
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45247100 Construction work for waterways Construction work for dams, canals, irrigation channels and aqueducts
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
71310000 Consultative engineering and construction services Engineering services
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45111310 Dismantling works for military installations Defence and security
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
71323000 Engineering-design services for industrial process and production Engineering design services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
51000000 Installation services (except software) Other Services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
45235200 Runway construction works Construction work for airfields, runways and manoeuvring surfaces
71510000 Site-investigation services Construction-related services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.