Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
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.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: Public Procurement
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Construction Works and Associated Services including Healthcare and Offsite Solutions
Reference number: RM6320
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 buyers to access the provision of Traditional and Modern Methods of Construction and their Associated Services in relation to built assets and infrastructure.
The framework is anticipated to service Central Government Departments and all other
UK Public Sector Bodies, including Specialist Purpose Vehicles (SPV’s) acting on
behalf of public bodies and any and all public sector requirements across England,
Wales, Scotland and Northern Ireland and overseas including, but not limited to: Health;
Education, Culture, Media and Sport; Local Communities and Housing; Defence and
Security; Government Policy; and Infrastructure.
It is anticipated that Crown Commercial Service will continue partnering with NHSE to deliver the fifth generation of the Procure Framework (P24) for the provision of design and construction solutions for NHS Capital Projects.
The lotting structure of this framework will be determined as a result of the market
engagement with consideration to value, location and sector and will include provisions for requirements across England, Wales, Scotland, Northern Ireland and Overseas.
II.1.5) Estimated total value
Value excluding VAT:
80 000 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31000000
39000000
44000000
45000000
50000000
70000000
71000000
79000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The provision of a framework for Construction Works and Associated Services including, but not limited to, the design, manufacture, supply and installation of construction works and services; and for the provision of Offsite Construction Solutions including, but not limited to, the design, manufacture, supply, delivery, construction, install and maintenance of temporary and permanent buildings and installations on a hire or purchase basis.
It’s intended for the framework to be readily accessible by eligible Central Government Departments and all other UK Public Sector Bodies. This includes Specialist Purpose Vehicles (SPV’s) acting on behalf of public bodies and any and all public sector requirements across England, Wales, Scotland and Northern Ireland and overseas including, but not limited to:
Health;
Education;
Culture, Media and Sport;
Local Communities and Housing;
Defence and Security;
Government Policy;
and Infrastructure
It is anticipated that Crown Commercial Service will continue partnering with NHSE to deliver the fifth generation of the Procure Framework (P24) for the provision of design and construction solutions for NHS Capital Projects. This will be in addition to the framework provisions for Health sector requirements across Wales, Scotland and
Northern Ireland.
A formal lotting structure will follow the commencement of further market engagement with further consideration to value, location and sectors as listed above.
Services will be delivered primarily within the United Kingdom but the framework will
also contain provisions to fulfil overseas requirements. Therefore the competition will be open to UK and International suppliers and all interested organisations are invited to participate in this early market engagement.
The anticipated framework duration is approximately 87 months which includes a 3
month mobilisation period from contract start date to framework go-live.
II.3) Estimated date of publication of contract notice:
21/01/2026
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
A Future Opportunity on contract finder can be found here:https://www.contractsfinder.service.gov.uk/Notice/785bf545-c2de-48aa-8d7a-053b66065198
This Prior Information Notice is to signal an intention to commence market engagement with those within the Construction and Offsite Solutions markets.
Crown Commercial Service intends to commence its engagement with the market from January 2025 with suppliers interested in potentially bidding for the resulting framework contract.
If you are interested in attending a market engagement session please express your interest by emailing construction@crowncommercial.gov.uk no later than midday on Friday 13th December.
Your email should clearly state the name of your organisation and contact details for the individual(s) who will participate in the market engagement.
Further details of planned engagement sessions will subsequently be provided to you.
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction.
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 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.
Any potential bidders entering into a forthcoming procurement should ensure this is in place as whilst successful bidders may be awarded a contract, they will be unable to 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.
VI.5) Date of dispatch of this notice
26/11/2024