Scape Group Limited (trading as SCAPE): Scape Regional Construction Framework

  Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing

Notice Summary
Title: Scape Regional Construction Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Restricted
Short Description: Scape Procure Ltd (Scape) wishes to establish a framework agreement for a 4-year duration. Experienced contractors are invited to apply for one (1) of four (4) regions to undertake construction works and services as defined by the NUTS and CPV codes. Each region contains two (2) parallel Lots. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity prior to contract award. A maximum of five (5) bidders will be invited to ITT stage for each of the four (4) regions. One (1) contractor shall be appointed to each lot. This Framework Agreement will be accessible for use by public sector bodies (their statutory successors), corporations established, or a group of individuals appointed to act together as defined by Part 1 of the Public contracts Regulation 2015 or cited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scape.co.uk/site-information/framework-usage-eligibility
Published: 16/08/2021 17:04

View Full Notice

UK-Nottingham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Procure Limited, 09955814
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1159583200, Email: nickt@scape.co.uk
             Contact: Nick Taylor
             Main Address: https://www.scape.co.uk/live-procurement, Address of the buyer profile: https://www.scape.co.uk/about
             NUTS Code: UKF14
      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 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 Regional Construction Framework       
      Reference Number: SCP008
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Scape Procure Ltd (Scape) wishes to establish a framework agreement for a 4-year duration. Experienced contractors are invited to apply for one (1) of four (4) regions to undertake construction works and services as defined by the NUTS and CPV codes. Each region contains two (2) parallel Lots. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity prior to contract award. A maximum of five (5) bidders will be invited to ITT stage for each of the four (4) regions. One (1) contractor shall be appointed to each lot. This Framework Agreement will be accessible for use by public sector bodies (their statutory successors), corporations established, or a group of individuals appointed to act together as defined by Part 1 of the Public contracts Regulation 2015 or cited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scape.co.uk/site-information/framework-usage-eligibility       
      II.1.5) Estimated total value:
      Value excluding VAT: 750,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: N/A

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - North West       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKF24 West Northamptonshire
      UKF11 Derby
      UKF25 North Northamptonshire
      UKF12 East Derbyshire
      UKF22 Leicestershire CC and Rutland
      UKF13 South and West Derbyshire
      UKG24 Staffordshire CC
      UKG13 Warwickshire
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKF21 Leicester
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 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: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 1 & 2 North West then please use access code BRU4AZ739R       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - North West       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      44200000 - Structural products.
      31100000 - Electric motors, generators and transformers.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKF24 West Northamptonshire
      UKF11 Derby
      UKF25 North Northamptonshire
      UKF12 East Derbyshire
      UKF22 Leicestershire CC and Rutland
      UKF13 South and West Derbyshire
      UKG24 Staffordshire CC
      UKG13 Warwickshire
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKF21 Leicester
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 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: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 1 & 2 North West then please use access code BRU4AZ739R       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - North East       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      UKF30 Lincolnshire
      UKF3 Lincolnshire
      UKE13 North and North East Lincolnshire
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 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: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 3 & 4 North East then please use access code 4YXE7S2362       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 - North East       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45400000 - Building completion work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45450000 - Other building completion work.
      45410000 - Plastering work.
      45430000 - Floor and wall covering work.
      45420000 - Joinery and carpentry installation work.
      45440000 - Painting and glazing work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      71200000 - Architectural and related services.
      
      II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      UKF30 Lincolnshire
      UKF3 Lincolnshire
      UKE13 North and North East Lincolnshire
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 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: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 3 & 4 North East then please use access code 4YXE7S2362       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 - South West       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45450000 - Other building completion work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71400000 - Urban planning and landscape architectural services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 37,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 5 & 6 South West then please use access code WBSTKU893Q       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6 - South West       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45220000 - Engineering works and construction works.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      UKH2 Bedfordshire and Hertfordshire
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 37,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 5 & 6 South West then please use access code WBSTKU893Q       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7 - South East       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      09330000 - Solar energy.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH17 Breckland and South Norfolk
      UKH12 Cambridgeshire CC
      UKH14 Suffolk
      UKH16 North and West Norfolk
      UKH15 Norwich and East Norfolk
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 37,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 7 & 8 South East please use access code 8X865P4S7T       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 8 - South East       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      71000000 - Architectural, construction, engineering and inspection services.
      70000000 - Real estate services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45450000 - Other building completion work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH17 Breckland and South Norfolk
      UKH12 Cambridgeshire CC
      UKH14 Suffolk
      UKH16 North and West Norfolk
      UKH15 Norwich and East Norfolk
      
      II.2.4) Description of procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 37,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response manager, and add the access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 7 & 8 South East please use access code 8X865P4S7T       


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:          
      As per PQQ and supporting procurement documentation in accordance with regulation 2 of the PCR's 2015.    
      III.1.2) Economic and financial standing          
      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.1.3) 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.2.2) Contract performance conditions       
      Further information will be made available in the Invitation to tender documentation and the framework agreement itself. See contract documents for further details.          
      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: 8               
         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: Not Provided    
   
   
   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: 2021/S 000 - 012728       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/09/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/12/2021       
      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.The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 45 000 000, 'Construction Work' is deemed to include 45 200 000, 'Works for complete or part construction and civil engineering work' and 45 212 000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc.

This Framework Agreement will be accessible for use by public sector bodies (their statutory successors), corporations established, or a group of individuals appointed to act together as defined by Part 1 of the Public contracts Regulation 2015 or cited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scape.co.uk/site-information/framework-usage-eligibility

Lots 1 and 2 do not include Rutland. This has been listed due to NUTS code limitations. Rutland is instead included in Lots 3 and 4.
Lots 3 and 4 do not include Leicestershire. This has been listed due to NUTS code limitations. Leicestershire is instead included in Lots 1 and 2.

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=618372298
   VI.4) Procedures for review
   VI.4.1) Review body:
             Scape Group Ltd
       2nd Floor, East West building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: www.scape.co.uk
   VI.4.2) Body responsible for mediation procedures:
             The High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    This will be undertaken in accordance with the instructions as detailed in the tender documentation.    
   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: 16/08/2021

Annex A


View any Notice Addenda


UK-Nottingham: Construction work.

UK-Nottingham: Construction work.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Scape Procure Limited, 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk, Address of the buyer profile: https://www.scape.co.uk/about
       NUTS Code: UKF14

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Scape Regional Construction Framework   
      Reference number: SCP008   
   
   II.1.2) Main CPV code:
      45000000 - Construction work.
       
   II.1.3) Type of contract: WORKS

II.2) Description

   II.2.1) Title: Lot 1 - North West - £0 - £10m   
   Lot No: 1   

   II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
       
   
   II.2.3) Place of performance:
      UKF24 West Northamptonshire
      UKF11 Derby
      UKF25 North Northamptonshire
      UKF12 East Derbyshire
      UKF22 Leicestershire CC and Rutland
      UKF13 South and West Derbyshire
      UKG24 Staffordshire CC
      UKG13 Warwickshire
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKF21 Leicester
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: Yes
   Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.       


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2022/S 000 - 025277    

Section V: Award of contract/concession

Contract No: 1   Lot No: 1   Title: Lot 1 - North West £0 - £10m
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 26/08/2022   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Jeakins Weir Limited, 01095682
          1 Uppingham House, The Headway Business Park, Saxon Way West, Corby, NN18 9EZ, United Kingdom
          NUTS Code: UKF2
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 150,000,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc. Lots 1 and 2 do not include Rutland. This has been listed due to NUTS code limitations. Rutland is instead included in Lots 3 and 4. Lots 3 and 4 do not include Leicestershire. This has been listed due to NUTS code limitations. Leicestershire is instead included in Lots 1 and 2.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798483293
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Scape Group Ltd
       2nd Floor, East West building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: www.scape.co.uk
   
      V1.4.2) Body responsible for mediation procedures:
       The High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
   In accordance with the instructions as detailed in the tender documentation.    
      
      VI.4.4) Service from which information about the review procedure may be obtained
      Not Provided
   
   VI.5) Date of dispatch of this notice: 31/07/2023
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      45000000 - Construction work.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UKF24 West Northamptonshire
      UKF11 Derby
      UKF25 North Northamptonshire
      UKF12 East Derbyshire
      UKF22 Leicestershire CC and Rutland
      UKF13 South and West Derbyshire
      UKG24 Staffordshire CC
      UKG13 Warwickshire
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKF21 Leicester
       
   
   VII.1.4) Description of the procurement:
    Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2021/S 000-020003. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 150,000,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Jeakins Weir Limited, 01095682
          1 Uppingham House, The Headway Business Park, Saxon Way West, Corby, NN18 9EZ, United Kingdom
          NUTS Code: UKF2
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing Regional Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 150,000,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 150,000,000    
   Currency: GBP
UK-Nottingham: Construction work.

UK-Nottingham: Construction work.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Scape Procure Limited, 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk/live-procurement, Address of the buyer profile: https://www.scape.co.uk/about
       NUTS Code: UKF14

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Scape Regional Construction Framework   
      Reference number: SCP008   
   
   II.1.2) Main CPV code:
      45000000 - Construction work.
       
   II.1.3) Type of contract: WORKS

II.2) Description

   II.2.1) Title: Lot 3 - North East £0 - £10m   
   Lot No: 3   

   II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
       
   
   II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      UKF30 Lincolnshire
      UKF3 Lincolnshire
      UKE13 North and North East Lincolnshire
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: Yes
   Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.       


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2022/S 000 - 025277    

Section V: Award of contract/concession

Contract No: 3   Lot No: 3   Title: Lot 3 - North East £0 - £10m
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 26/08/2022   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          G F Tomlinson Building Limited, 01095682
          Tomlinson House, Duffield Road,, Little Eaton, Derby, DE21 5DR, United Kingdom
          NUTS Code: UKF11
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 150,000,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc. Lots 1 and 2 do not include Rutland. This has been listed due to NUTS code limitations. Rutland is instead included in Lots 3 and 4. Lots 3 and 4 do not include Leicestershire. This has been listed due to NUTS code limitations. Leicestershire is instead included in Lots 1 and 2.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798781566
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Scape Group Ltd
       2nd Floor, East West building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: www.scape.co.uk
   
      V1.4.2) Body responsible for mediation procedures:
       The High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
   In accordance with the instructions as detailed in the tender documentation.    
      
      VI.4.4) Service from which information about the review procedure may be obtained
      Not Provided
   
   VI.5) Date of dispatch of this notice: 31/07/2023
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      45000000 - Construction work.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      UKF30 Lincolnshire
      UKF3 Lincolnshire
      UKE13 North and North East Lincolnshire
       
   
   VII.1.4) Description of the procurement:
    Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2021/S 000-020003. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 150,000,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          G F Tomlinson Building Limited, 02332956
          Tomlinson House, Duffield Road, Little Eaton, Derby, DE21 5DR, United Kingdom
          NUTS Code: UKF11
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing Regional Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 150,000,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 150,000,000    
   Currency: GBP
UK-Nottingham: Construction work.

UK-Nottingham: Construction work.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Scape Procure Limited, 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk/live-procurement, Address of the buyer profile: https://www.scape.co.uk/about
       NUTS Code: UKF14

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Scape Regional Construction Framework   
      Reference number: SCP008   
   
   II.1.2) Main CPV code:
      45000000 - Construction work.
       
   II.1.3) Type of contract: WORKS

II.2) Description

   II.2.1) Title: Lot 5 - South West £0 - £10m   
   Lot No: 5   

   II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
       
   
   II.2.3) Place of performance:
      UKH3 Essex
      UKH2 Bedfordshire and Hertfordshire
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: Yes
   Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.       


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2021/S 000 - 025277    

Section V: Award of contract/concession

Contract No: 5   Lot No: 5   Title: Lot 5 - South West £0 - £10m
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 26/08/2022   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Ashe Construction Limited, 02373535
          Ashe House, Cooks Way, Hitchin, Herts, SG4 0JE, United Kingdom
          NUTS Code: UKH23
   The contractor/concessionaire is an SME: No    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 37,500,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798813919
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Scape Group Ltd
       2nd Floor, East West building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: www.scape.co.uk
   
      V1.4.2) Body responsible for mediation procedures:
       The High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
   In accordance with the instructions as detailed in the tender documentation.    
      
      VI.4.4) Service from which information about the review procedure may be obtained
      Not Provided
   
   VI.5) Date of dispatch of this notice: 31/07/2023
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      45000000 - Construction work.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UKH3 Essex
      UKH2 Bedfordshire and Hertfordshire
       
   
   VII.1.4) Description of the procurement:
    Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2021/S 000-020003. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 37,500,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Ashe Construction Limited, 02373535
          Ashe House, Cooks Way, Hitchin, Herts, SG4 0JE, United Kingdom
          NUTS Code: UKH23
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing Regional Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 37,500,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 37,500,000    
   Currency: GBP
UK-Nottingham: Construction work.

UK-Nottingham: Construction work.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Scape Procure Limited, 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk/live-procurement, Address of the buyer profile: https://www.scape.co.uk/about
       NUTS Code: UKF14

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Scape Regional Construction Framework   
      Reference number: SCP008   
   
   II.1.2) Main CPV code:
      45000000 - Construction work.
       
   II.1.3) Type of contract: WORKS

II.2) Description

   II.2.1) Title: Lot 7 - South East £0 - £10m   
   Lot No: 7   

   II.2.2) Additional CPV codes:
      45000000 - Construction work.
      09330000 - Solar energy.
      31100000 - Electric motors, generators and transformers.
      44200000 - Structural products.
      50000000 - Repair and maintenance services.
      70000000 - Real estate services.
      71000000 - Architectural, construction, engineering and inspection services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      44211100 - Modular and portable buildings.
      45100000 - Site preparation work.
      45110000 - Building demolition and wrecking work and earthmoving work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45214000 - Construction work for buildings relating to education and research.
      45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
      45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
      45220000 - Engineering works and construction works.
      45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
      45240000 - Construction work for water projects.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45260000 - Roof works and other special trade construction works.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45320000 - Insulation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      70110000 - Development services of real estate.
      70111000 - Development of residential real estate.
      70112000 - Development of non-residential real estate.
      71200000 - Architectural and related services.
      71300000 - Engineering services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      71400000 - Urban planning and landscape architectural services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71700000 - Monitoring and control services.
      71800000 - Consulting services for water-supply and waste consultancy.
      71900000 - Laboratory services.
      79993000 - Building and facilities management services.
      79993100 - Facilities management services.
       
   
   II.2.3) Place of performance:
      UKH17 Breckland and South Norfolk
      UKH12 Cambridgeshire CC
      UKH14 Suffolk
      UKH16 North and West Norfolk
      UKH15 Norwich and East Norfolk
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: Yes
   Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.       


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2021/S 000 - 025277    

Section V: Award of contract/concession

Contract No: 7   Lot No: 7   Title: Lot 7 - South East £0 - £10m
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 26/08/2022   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Clegg Construction Limited, 00667598
          Bishops House, 42 High Pavement, The Lace Market, Nottingham, NG1 1HN, United Kingdom
          NUTS Code: UKF14
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 37,500,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798852845
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Scape Group Ltd
       2nd Floor, East West building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: www.scape.co.uk
   
      V1.4.2) Body responsible for mediation procedures:
       The High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
   In accordance with the instructions as detailed in the tender documentation.    
      
      VI.4.4) Service from which information about the review procedure may be obtained
      Not Provided
   
   VI.5) Date of dispatch of this notice: 31/07/2023
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      45000000 - Construction work.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UKH17 Breckland and South Norfolk
      UKH12 Cambridgeshire CC
      UKH14 Suffolk
      UKH16 North and West Norfolk
      UKH15 Norwich and East Norfolk
       
   
   VII.1.4) Description of the procurement:
    Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2021/S 000-020003. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 37,500,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Clegg Construction Limited, 00667598
          Bishops House, 42 High Pavement, The Lace Market, Nottingham, NG1 1HN, United Kingdom
          NUTS Code: UKF14
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing Regional Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 37,500,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 37,500,000    
   Currency: GBP

View Award Notice

UK-Nottingham: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Scape Procure Limited, 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk/live-procurement, Address of the buyer profile: https://www.scape.co.uk/about
       NUTS Code: UKF14

   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 is a public sector owned, built environment specialist supplier of framework solutions.

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Scape Regional Construction Framework            
      Reference number: SCP008

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Scape Procure Ltd (Scape) have established a framework agreement with a 4-year duration. Experienced contractors were invited to apply for one (1) of four (4) regions to undertake construction works and services as defined by the NUTS and CPV codes. Each region contains two (2) parallel Lots. Applications were welcomed from consortia, joint ventures etc. Such parties were required to form a single legal entity prior to contract award. A maximum of five (5) bidders were invited to ITT stage for each of the four (4) regions. One (1) contractor was appointed to each lot. This Framework Agreement will be accessible for use by public sector bodies and their statutory successors, corporations established, or a group of individuals appointed to act together as defined by Part 1 of the Public contracts Regulation 2015 or cited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scape.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: 750,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - North West   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
      UKF11 - Derby
      UKF25 - North Northamptonshire
      UKF12 - East Derbyshire
      UKF22 - Leicestershire CC and Rutland
      UKF13 - South and West Derbyshire
      UKG24 - Staffordshire CC
      UKG13 - Warwickshire
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKF21 - Leicester
   
      Main site or place of performance:
      West Northamptonshire
      Derby
      North Northamptonshire
      East Derbyshire
      Leicestershire CC and Rutland
      South and West Derbyshire
      Staffordshire CC
      Warwickshire
      Leicestershire, Rutland and Northamptonshire
      Leicester
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - North West   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            44200000 - Structural products.
            31100000 - Electric motors, generators and transformers.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
      UKF11 - Derby
      UKF25 - North Northamptonshire
      UKF12 - East Derbyshire
      UKF22 - Leicestershire CC and Rutland
      UKF13 - South and West Derbyshire
      UKG24 - Staffordshire CC
      UKG13 - Warwickshire
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKF21 - Leicester
   
      Main site or place of performance:
      West Northamptonshire
      Derby
      North Northamptonshire
      East Derbyshire
      Leicestershire CC and Rutland
      South and West Derbyshire
      Staffordshire CC
      Warwickshire
      Leicestershire, Rutland and Northamptonshire
      Leicester
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - North East   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
      UKF30 - Lincolnshire
      UKF3 - Lincolnshire
      UKE13 - North and North East Lincolnshire
   
      Main site or place of performance:
      Leicestershire CC and Rutland
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
      Lincolnshire
      Lincolnshire
      North and North East Lincolnshire
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - North East   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45400000 - Building completion work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45450000 - Other building completion work.
            45410000 - Plastering work.
            45430000 - Floor and wall covering work.
            45420000 - Joinery and carpentry installation work.
            45440000 - Painting and glazing work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.
            71200000 - Architectural and related services.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
      UKF30 - Lincolnshire
      UKF3 - Lincolnshire
      UKE13 - North and North East Lincolnshire
   
      Main site or place of performance:
      Leicestershire CC and Rutland
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
      Lincolnshire
      Lincolnshire
      North and North East Lincolnshire
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - South West   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45450000 - Other building completion work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71400000 - Urban planning and landscape architectural services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
      UKH2 - Bedfordshire and Hertfordshire
   
      Main site or place of performance:
      Essex
      Bedfordshire and Hertfordshire
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 10,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - South West   
      Lot No:6

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45220000 - Engineering works and construction works.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
      UKH2 - Bedfordshire and Hertfordshire
   
      Main site or place of performance:
      Essex
      Bedfordshire and Hertfordshire
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 10,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 - South East   
      Lot No:7

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            09330000 - Solar energy.
            50000000 - Repair and maintenance services.
            70000000 - Real estate services.
            71000000 - Architectural, construction, engineering and inspection services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKH17 - Breckland and South Norfolk
      UKH12 - Cambridgeshire CC
      UKH11 - Peterborough
      UKH14 - Suffolk
      UKH16 - North and West Norfolk
      UKH15 - Norwich and East Norfolk
   
      Main site or place of performance:
      Breckland and South Norfolk
      Cambridgeshire CC
      Peterborough
      Suffolk
      North and West Norfolk
      Norwich and East Norfolk
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 10,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 - South East   
      Lot No:8

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            09330000 - Solar energy.
            31100000 - Electric motors, generators and transformers.
            44200000 - Structural products.
            50000000 - Repair and maintenance services.
            71000000 - Architectural, construction, engineering and inspection services.
            70000000 - Real estate services.
            79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
            44211100 - Modular and portable buildings.
            45100000 - Site preparation work.
            45110000 - Building demolition and wrecking work and earthmoving work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
            45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
            45214000 - Construction work for buildings relating to education and research.
            45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
            45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
            45220000 - Engineering works and construction works.
            45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
            45240000 - Construction work for water projects.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45260000 - Roof works and other special trade construction works.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45320000 - Insulation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45450000 - Other building completion work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            70110000 - Development services of real estate.
            70111000 - Development of residential real estate.
            70112000 - Development of non-residential real estate.
            71200000 - Architectural and related services.
            71300000 - Engineering services.
            71314000 - Energy and related services.
            71314300 - Energy-efficiency consultancy services.
            71400000 - Urban planning and landscape architectural services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71700000 - Monitoring and control services.
            71800000 - Consulting services for water-supply and waste consultancy.
            71900000 - Laboratory services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKH17 - Breckland and South Norfolk
      UKH12 - Cambridgeshire CC
      UKH11 - Peterborough
      UKH14 - Suffolk
      UKH16 - North and West Norfolk
      UKH15 - Norwich and East Norfolk
   
      Main site or place of performance:
      Breckland and South Norfolk
      Cambridgeshire CC
      Peterborough
      Suffolk
      North and West Norfolk
      Norwich and East Norfolk
             

      II.2.4) Description of the procurement: The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.
Bidders applying for this Lot were required to have a minimum annual turnover of 10,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Not Provided


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: Yes       
      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: 2021/S 000-020003
      
   

   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: North West

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (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)
             Jeakins Weir Limited, 01095682
             Uppingham House, Lawford Road, Rugby, Warwickshire, CV21 2UU, United Kingdom
             NUTS Code: UKG1
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 150,000,000          
         Total value of the contract/lot: 150,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: North West

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (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)
             Stepnell Limited, 00402934
             Stepnell House, Lawford Road,, Rugby, Warwickshire, CV21 2UU, United Kingdom
             NUTS Code: UKG1
            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: 150,000,000          
         Total value of the contract/lot: 150,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 3    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             G F Tomlinson Building Limited, 02332956
             Tomlinson House, Duffield Road, Little Eaton, Derby, Derbyshire, DE21 5DR, United Kingdom
             NUTS Code: UKF1
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 150,000,000          
         Total value of the contract/lot: 150,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 4    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             Lindum Group Limited, 01236338
             Station Road, North Hykeham, Lincoln, Lincolnshire, LN6 3QX, United Kingdom
             NUTS Code: UKF3
            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: 150,000,000          
         Total value of the contract/lot: 150,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 5    
   Title: South West

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             Ashe Construction Limited, 02373535
             Ashe House, Cooks Way, Hitchin, Herts, SG4 0JE, United Kingdom
             NUTS Code: UKH23
            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: 37,500,000          
         Total value of the contract/lot: 37,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: 6    
   Title: South West

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             Conamar Building Services Limited, 02898417
             29-31 Orchard Road, Stevenage, Hertfordshire, SG1 3HE, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 37,500,000          
         Total value of the contract/lot: 37,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: 7    
   Lot Number: 7    
   Title: South East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             Clegg Construction Limited, 00667598
             Bishops House, 4, 2 High Pavement, The Lace Market, Nottingham, Nottinghamshire, NG1 1HN, United Kingdom
             NUTS Code: UKF14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 37,500,000          
         Total value of the contract/lot: 37,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: 8    
   Lot Number: 8    
   Title: South East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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)
             R G Carter Cambridge Limited, 03879910
             9-11 Drayton High Road, Norwich, Norfolk, NR8 6AH, United Kingdom
             NUTS Code: UKH15
            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: 37,500,000          
         Total value of the contract/lot: 37,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc.

Lots 1 and 2 do not include Rutland. This has been listed due to NUTS code limitations. Rutland is instead included in Lots 3 and 4.
Lots 3 and 4 do not include Leicestershire. This has been listed due to NUTS code limitations. Leicestershire is instead included in Lots 1 and 2.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=717591383

   VI.4) Procedures for review

      VI.4.1) Review body
          Scape Group Ltd
          2nd Floor, East West building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 1159583200
          Internet address: www.scape.co.uk

      VI.4.2) Body responsible for mediation procedures
          The High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with the instructions as detailed in the tender documentation.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/09/2022