Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: CWAS2-P23@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.3) Communication
Additional information can be obtained from the abovementioned address
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
Other: Other
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 intends to put in place a Pan Government Collaborative Agreement 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.
ProCure23 (P23) 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).
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.
II.1.5) Estimated total value
Value excluding VAT:
30 000 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Maximum number of lots that may be awarded to one tenderer: 5
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1: P23 – Healthcare Solution Provider <£20M – England Regional Sub-Lots:
II.2.2) Additional CPV code(s)
45000000
45111000
45200000
45210000
50700000
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:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Healthcare related construction works and associated services including works activities, design services and construction consultancy services; this lot applies to England only and is split into 7 geographic regions.
Lot 1: P23 – Healthcare Solution Provider <£20M – England Regional Sub-Lots:
1.1: North East (Includes Yorkshire and the Humber)
1.2: North West
1.3: Midlands (East & West)
1.4: East of England
1.5: London
1.6: South East
1.7: South West
Lot No: Lot 2
II.2.1) Title
Lot 2 P23 – Healthcare Solution Provider £20M - £70M – England
II.2.2) Additional CPV code(s)
45000000
45111000
45200000
45210000
50700000
50710000
50711000
50712000
51000000
51100000
71000000
71200000
71210000
71300000
71311300
71315000
71321000
71322000
71500000
71510000
71521000
71530000
71540000
71541000
75122000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Healthcare related construction works and associated services including works activities, design services and construction consultancy services; this lot applies to England only.
Lot No: Lot 3
II.2.1) Title
Lot 3: P23 – Healthcare Solution Provider > £70M – England
II.2.2) Additional CPV code(s)
45000000
45110000
45200000
45210000
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:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Healthcare related construction works and associated services including works activities, design services and construction consultancy services; this lot applies to England only.
Lot No: Lot 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
II.2.4) Description of the procurement
Airfield related construction works and associated services including works activities, and design services; this lot applies to the whole of the UK.
Lot No: Lot 5
II.2.1) Title
Lot 5: CWAS 2 – General Construction Works >£80M – National Lot
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
Non-sector specific construction works and associated services including works activities, and design services; this lot applies to the whole of the UK.
II.3) Estimated date of publication of contract notice:
01/09/2021
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.3) Additional information
This procurement covers health sector requirements in England (Lots 1-3); airfield related works in the UK (Lot 4) and general construction works exceeding £80M in the UK (Lot 5).
The framework is not intended to provide the main sourcing routes for new hospitals within the New Hospital Programme (NHP), although NHP does reserve the right to use it. Separate procurements and frameworks specifically for NHP are intended for the building of new hospitals covered by NHP.
Building on past iterations of the framework, P23 brings the latest best practice in construction methods to the NHS and focuses on delivering greener facilities, reducing carbon emissions and promoting social value.
P23 includes 3 England-wide, value based lots (1) <£20m (2) £20-£70 (3) £70m+. Lot 1 is split geographically across the 7 NHS England and NHS Improvement regions, encouraging the inclusion of more regional and medium sized firms and increasing capacity.
CWAS2 continues the principles of, and will run alongside, the Construction Works and Associated Services framework (RM6088) to provide additional market capacity in the areas covered by lots 4 & 5.
In line with the Construction Playbook, the frameworks realise the benefits of close collaboration and alliancing in terms of procurement, framework management and project delivery.
This Prior Information Notice is to alert those within the Construction market of this upcoming procurement.
Crown Commercial Service intends to hold information webinars following the launch of the procurement. If you are interested in attending a webinar session please express your interest by emailing CWAS2-P23@crowncommercial.gov.uk no later than midday on Friday 27 August 2021. Further details will be provided to you.
Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will attend the webinar.
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming Crown for updates and monitor Tenders Electronic Daily for the publication of the contract notice.
The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.
The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the RM6267 Schedule, “Security Guidance Version 1”, to meet RM6267 requirements. This will be released at the ITT stage.
A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/Start/e465610b-5e80-433a-a338-09f8037b188c
VI.5) Date of dispatch of this notice
21/07/2021