Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Scape National Consultancy Framework |
Notice type: | Contract Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years. Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot. This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility |
Published: | 13/11/2019 21:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework
Reference Number: SCP006
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.5) Estimated total value:
Value excluding VAT: 700,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: See Procurement documentation
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Scape Built Environment Consultancy
Lot No: 1
II.2.2) Additional CPV codes:
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70130000 - Letting services of own property.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71312000 - Structural engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71321100 - Construction economics services.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
79112100 - Stakeholders representation services.
90490000 - Sewer survey and sewage treatment consultancy services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKN NORTHERN IRELAND
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The services will comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 70,000,000 GBP.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 350,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 1 DB8NQE2AFV and will have to submit their expression of interest electronically through Delta.
II.2) Description Lot No. 2
II.2.1) Title: Scape Infrastructure Consultancy
Lot No: 2
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
90490000 - Sewer survey and sewage treatment consultancy services.
79112100 - Stakeholders representation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKN NORTHERN IRELAND
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The services will comprise a range of infrastructure consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 50,000,000 GBP.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 2 CG2P6845YB and will have to submit their expression of interest electronically through Delta.
II.2) Description Lot No. 3
II.2.1) Title: Scape Place Shaping
Lot No: 3
II.2.2) Additional CPV codes:
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71311200 - Transport systems consultancy services.
71313000 - Environmental engineering consultancy services.
71314000 - Energy and related services.
71314200 - Energy-management services.
71314300 - Energy-efficiency consultancy services.
71315300 - Building surveying services.
71321100 - Construction economics services.
71410000 - Urban planning services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
72000000 - IT services: consulting, software development, Internet and support.
72200000 - Software programming and consultancy services.
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services.
72212421 - Facilities management software development services.
72212482 - Business intelligence software development services.
72212490 - Procurement software development services.
72220000 - Systems and technical consultancy services.
79112100 - Stakeholders representation services.
79996000 - Business organisation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKN NORTHERN IRELAND
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The Place Shaping lot is dedicated to the management of property by implementing effective strategies to achieve sustainable public estates. This includes all aspects of the asset lifecycle from policy, change management, operational improvement through strategic advisory services to enable long term planning.
In addition, ancillary services will be made available by the framework partner through their supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 3 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 3 54F75Y636Q and will have to submit their expression of interest electronically through Delta.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The procuring body expects that each bidder is suitably qualified in the field of their respective services and can evidence this as a part of the bid.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Bidders must be able to evidence the minimum annual turnover as per advised in each Lot in II.2.4.
Bidders must be able to self-certify that they already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (compulsory) liability insurance = 10,000,000 GBP*.
Public liability insurance = 10,000,000 GBP.
Professional indemnity insurance = 5,000,000 GBP.
*It is a legal requirement that all companies hold employer’s (compulsory) liability insurance of 5,000,000 GBP as a minimum. Please note this requirement is not applicable to sole traders.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Scape will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:
— other companies engaged in Scape or other frameworks,
— the overall performance of all Scape or other frameworks,
— national performance measures where they are available.
The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the Contract. Further details will be available in the ITT.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Scape recognises the considerable investment in people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 48 months will only be extended by 24 months if the supplier has performed effectively and the commercial terms in the framework remain favourable for clients in the prevailing market conditions.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2019/S 164 - 402768
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/12/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Scape Procure Ltd (Scape) wishes to establish a framework agreement for use by or on behalf of public sector bodies (their respective statutory successors and organisations created as a result of re-organisation or organisational change) for a four (4) year duration with an option to extend for a further two (2) years.
This notice is an invitation for formal expressions of interest in accordance with the Public Contract Regulations 2015. In the formal procurement process which follows, applications are invited from suitably experienced suppliers of consultancy services who can provide high quality services using a customer focused approach particularly in the public sector. Scape will be open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements however, such organisations will be required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with such services. Scape intends to invite a maximum of five (5) bidders to ITT stage for each Lot.
Scape anticipate that a single supplier/entity will be awarded to each Lot of the framework to provide all the required services at the conclusion of the procurement process. The required services will be provided directly, or through their supply chain or via a consortium/joint venture arrangement. The services will comprise a full range of consultancy services as noted by the Lot specific Common Procurement Vocabulary (CPV). Scape have previously issued a PIN for the purpose of pre-procurement in line with the UK Government’s Lean Sourcing guidelines, by engagement with the market, before the start of the formal procurement process for this framework opportunity.
The provider will be expected to work for and co-operate with local government and all other contracting authorities, in-house and external design consultants, contractors and other partner providers.
The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively. This may include commissions in the following sectors:
Central Government, Local Government, education, housing, leisure, libraries, blue light, health and social care, offices, transport, military, farms, recycling and waste centres, nuclear, industrial and commercial buildings and any other public sector operational buildings and establishments.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=446762369
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30 day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Proceedings may be instigated by the issue of a Claim Form meeting the requirements of the Court Procedure Rules (“CPR”) within 30 days from when the relevant economic operator first knew or ought to have known that grounds for proceedings had arisen.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 13/11/2019
Annex A
View any Notice Addenda
UK-Nottingham: Architectural, construction, engineering and inspection services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework Reference number: SCP006
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 19/11/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 233134
Notice number in OJ S: 2019/S 222 - 544746
Date of dispatch of the original notice: 13/11/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: II.1.4 - ADDITIONAL INFOMRATION
Instead of: II.1.4 - ADDITIONAL INFOMRATION
Read: Due to the character limit imposed by TED, Scape Procure Ltd were unable to detail fully a list of Public Sector Bodies to whom this framework will be available to. This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed below;
Government Departmentshttps://www.gov.uk/government/organisations
River Trusthttps://canalrivertrust.org.uk/about-us/our-regions
Local Authoritieshttps://www.gov.uk/find-local-council
National Parkshttp://www.nationalparks.gov.uk/
Schools https://webarchive.nationalarchives.gov.uk/20121103100909/http://www.education.gov.uk/edubase/public/quickSearchResult.xhtml?myListCount=0
School Directoryhttp://www.schoolswebdirectory.co.uk/
College and Unihttps://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
University listed bodieshttps://www.gov.uk/check-a-university-is-officially-recognised/listed-bodies
UCAShttp://search.ucas.com/
Learning Providers UKhttps://www.ukrlp.co.uk/
Leisure Centrehttp://www.sporta.org/member-directory
Policehttp://www.police.uk/?view=force_sites#force_sites
Fire and rescue http://www.fireservice.co.uk/information/ukfrs
NHShttp://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
Social Carehttp://www.dh.gov.uk/health/about-us/public-bodies-2/advisory-bodies/
Hospiceshttp://www.nhs.uk/Service-Search/End-of-life-hospice-services/Location/342
https://www.nahf.org.uk/
Social Housinghttps://www.gov.uk/government/publications/current-registered-providers-of-social-housing
care homeshttps://www.cqc.org.uk/search/services/care-homes
Mental Healthhttp://www.cqc.org.uk/search/services/mental-health?location=&latitude=&longitude=&sort=default&la=&distance=15&mode=html
National Housing Federationhttp://nhfdirectory.co.uk/
Third Sector Charitieshttp://www.charitycommission.gov.uk/find-charities
Charitieshttp://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/SearchMatchList.aspx?RegisteredCharityNumber=0&SubsidiaryNumber=0
Citizen Advicehttp://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices
Citizens Advice Bureauhttp://www.cas.org.uk/bureaux?distance%5Bsearch_units%5D=mile&distance%5Bpostal_code%5D=scotland&distance%5Bsearch_distance%5D=50
Public Sector Bodieshttps://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications
In Northern Ireland:
NI Government Depshttps://www.northernireland.gov.uk/topics/your-executive/government-departments
Local Authoritieshttps://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Social Housinghttp://www.nihe.gov.uk/
Housing Associationhttps://www.nidirect.gov.uk/contacts/housing-associations
Schoolshttp://apps.education-ni.gov.uk/appinstitutes/default.aspx
Dept Educationhttps://www.education-ni.gov.uk/
Collegeshttps://www.nidirect.gov.uk/contacts/further-education-fe-colleges
Universitieshttps://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
Health and Socialhttp://www.hscboard.hscni.net/in-your-area/
Health Serviceshttp://www.nidirect.gov.uk/index/information-and-services/health-and-well-being/health-services.htm
Policehttps://www.psni.police.uk/my-area/all-districts/
Citizen Advicehttp://www.citizensadvice.co.uk/en/About-Us/Contact/
Waterhttps://www.niwater.com/whats-happening-in-your-area/
Fire and Rescuehttp://www.nifrs.org/about-nifrs/
Fire and Rescuehttp://www.nifrs.org/areas-districts/
Charityhttp://www.charitycommissionni.org.uk/charity-search/
Policehttps://www.psni.police.uk/my-area/all-districts/
Healthhttp://online.hscni.net/hospitals/
Health and Socialhttp://online.hscni.net/hospitals/health-and-social-care-trusts/
HSC Servicehttp://online.hscni.net/other-hsc-organisations/hsc-service-finder/
In Wales:
WLGAhttps://www.wlga.gov.uk/home
North Firehttp://www.nwales-fireservice.org.uk/about-us/our-service-areas/our-service-areas.aspx?lang=en
Mid and west Firehttp://www.mawwfire.gov.uk/English/Area/Pages/default.aspx
Local Governmenthttp://wales.gov.uk/topics/localgovernment/?lang=en
Welsh Govhttps://gov.wales/information-not-yet-included-new-govwales
NHS Wales structurehttp://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Serviceshttp://www.wales.nhs.uk/ourservices/directory
NHS Directhttps://www.nhsdirect.wales.nhs.uk/LocalServices/Default.aspx
Social Housing Waleshttp://wales.gov.uk/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Schoolshttp://wales.gov.uk/statistics-and-research/address-list-of-schools/?lang=en
Universities http://www.uniswales.ac.uk/universities
Policehttp://www.south-wales.police.uk/en/
North Policehttp://www.north-wales.police.uk/about-us.aspx
Midland policehttps://www.dyfed-powys.police.uk/en/your-area/
Welsh Local Authority Linkshttps://www.wlga.gov.uk/welsh-local-authority-links
South firehttps://www.southwales-fire.gov.uk/
South Policehttps://www.south-wales.police.uk/en/contact-us/police-stations/
Policehttps://www.north-wales.police.uk/your-neighbourhood
Please note the Access code for Lot 2 on Delta is CGZP6845YB
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. This Procurement seeks to establish framework with a four (4) year duration with an option to extend for a further two (2) years.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=448332716
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Scape Procure Limited is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks.
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework
Reference number: SCP006
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 700,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Scape Built Environment Consultancy
Lot No:1
II.2.2) Additional CPV code(s):
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70130000 - Letting services of own property.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71312000 - Structural engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71321100 - Construction economics services.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
79112100 - Stakeholders representation services.
90490000 - Sewer survey and sewage treatment consultancy services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 70,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 1 DB8NQE2AFV and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 2)
II.2.1) Title:Scape Infrastructure Consultancy
Lot No:2
II.2.2) Additional CPV code(s):
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
90490000 - Sewer survey and sewage treatment consultancy services.
79112100 - Stakeholders representation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of infrastructure consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 50,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 2 CG2P6845YB and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 3)
II.2.1) Title:Scape Place Shaping
Lot No:3
II.2.2) Additional CPV code(s):
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71311200 - Transport systems consultancy services.
71313000 - Environmental engineering consultancy services.
71314000 - Energy and related services.
71314200 - Energy-management services.
71314300 - Energy-efficiency consultancy services.
71315300 - Building surveying services.
71321100 - Construction economics services.
71410000 - Urban planning services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
72000000 - IT services: consulting, software development, Internet and support.
72200000 - Software programming and consultancy services.
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services.
72212421 - Facilities management software development services.
72212482 - Business intelligence software development services.
72212490 - Procurement software development services.
72220000 - Systems and technical consultancy services.
79112100 - Stakeholders representation services.
79996000 - Business organisation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Place Shaping lot is dedicated to the management of property by implementing effective strategies to achieve sustainable public estates. This includes all aspects of the asset lifecycle from policy, change management, operational improvement through strategic advisory services to enable long term planning.
In addition, ancillary services will be made available by the framework partner through their supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 3 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 3 54F75Y636Q and will have to submit their expression of interest electronically through Delta.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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 OJEU: 2019/S 164-402768
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Built Environment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 350,000,000
Total value of the contract/lot: 350,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Infrastructure Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 250,000,000
Total value of the contract/lot: 250,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Place Shaping
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/01/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Mace Ltd, 02410626
155 Moorgate, London, EC2M 6XB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 100,000,000
Total value of the contract/lot: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 30%
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=566730236
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 03/02/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Scape Procure Limited is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks.
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework
Reference number: SCP006
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 700,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Scape Built Environment Consultancy
Lot No:1
II.2.2) Additional CPV code(s):
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70130000 - Letting services of own property.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71312000 - Structural engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71321100 - Construction economics services.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
79112100 - Stakeholders representation services.
90490000 - Sewer survey and sewage treatment consultancy services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 70,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 1 DB8NQE2AFV and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 2)
II.2.1) Title:Scape Infrastructure Consultancy
Lot No:2
II.2.2) Additional CPV code(s):
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
90490000 - Sewer survey and sewage treatment consultancy services.
79112100 - Stakeholders representation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of infrastructure consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 50,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 2 CG2P6845YB and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 3)
II.2.1) Title:Scape Place Shaping
Lot No:3
II.2.2) Additional CPV code(s):
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71311200 - Transport systems consultancy services.
71313000 - Environmental engineering consultancy services.
71314000 - Energy and related services.
71314200 - Energy-management services.
71314300 - Energy-efficiency consultancy services.
71315300 - Building surveying services.
71321100 - Construction economics services.
71410000 - Urban planning services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
72000000 - IT services: consulting, software development, Internet and support.
72200000 - Software programming and consultancy services.
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services.
72212421 - Facilities management software development services.
72212482 - Business intelligence software development services.
72212490 - Procurement software development services.
72220000 - Systems and technical consultancy services.
79112100 - Stakeholders representation services.
79996000 - Business organisation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Place Shaping lot is dedicated to the management of property by implementing effective strategies to achieve sustainable public estates. This includes all aspects of the asset lifecycle from policy, change management, operational improvement through strategic advisory services to enable long term planning.
In addition, ancillary services will be made available by the framework partner through their supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 3 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: 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: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 3 54F75Y636Q and will have to submit their expression of interest electronically through Delta.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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 OJEU: 2019/S 222-544746
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Built Environment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 350,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Infrastructure Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 250,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Place Shaping
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/01/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Mace Ltd, 02410626
155 Moorgate, London, EC2M 6XB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 30%
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=567784487
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/02/2021