Scape Group Limited (trading as SCAPE): Scape Civil Engineering Framework - EWNI

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

Notice Summary
Title: Scape Civil Engineering Framework - EWNI
Notice type: Prior Information Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 14/12/2021 08:00

View Full Notice

UK-Nottingham: Construction work.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       Scape Group Limited (trading as SCAPE), 09955814
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: Johns@scape.co.uk
       Contact: John Simons
       Main Address: https://www.scape.co.uk, Address of the buyer profile: https://www.scape.co.uk
       NUTS Code: UKF14
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: Yes .

I.3) Communication          
   Further information can be obtained from: the above mentioned address

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
      
II.1) Scope of the procurement - 1
   II.1.1) Title: Scape Civil Engineering Framework - EWNI    
          Reference number: SCP009
   II.1.2) Common Procurement Vocabulary:       
      45000000 - Construction work.
   II.1.3) Type of contract: WORKS
   II.1.4) Short description:    
      This notice is not an invitation for formal expressions of interest. The purpose of this PIN is to commence the pre-procurement market engagement phase through market awareness events, before the start of a formal procurement process, for which a separate contract notice will be issued.

At the market awareness sessions Scape will inform the market about their upcoming procurement and provide an opportunity to consult with and receive feedback from potential suppliers. In the formal procurement process to follow, applications will be invited from suitably experienced suppliers of Civil Engineering and Infrastructure works and services who can provide high quality services using a customer focused approach.          
   II.1.5) Estimated total value:       
      Value excluding VAT (give figures only) : 3,250,000,000 - GBP
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      Maximum number of lots that may be awarded to one tenderer: Not Provided       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description          
   II.2.2) Additional CPV code(s):       
      45100000 - Site preparation work.          
      45120000 - Test drilling and boring work.          
      45200000 - Works for complete or part construction and civil engineering work.          
      45210000 - Building construction work.          
      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.          
      71000000 - Architectural, construction, engineering and inspection services.          
      71200000 - Architectural and related services.          
      71300000 - Engineering 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.          
      45314000 - Installation of telecommunications equipment.          
      45220000 - Engineering works and construction works.          
      45234100 - Railway construction works.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKL - WALES          
         UKN - NORTHERN IRELAND          
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      The works will comprise all types of Civil Engineering and Infrastructure works and associated services and may include design and other services as required to design, develop and realise 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 Common Procurement Vocabulary (CPV) codes 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.2.14) Additional information          
      The market awareness sessions will be undertaken via webinars and interested parties must register their interest prior to the events. For further information and to register your interest in attending a session, please do so by visiting: https://www.scape.co.uk/live-procurement

The market awareness session will be held on Wednesday 19th January 2022.    


II.3) Estimated Date of publication
         14/02/2022
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - YES

Section VI: Complementary Information    
VI.3) Additional Information:       
   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 45 233 100 'Construction work for Highways, roads' etc.

This framework will be available for use by public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015 and additionally listed online at: https://www.scape.co.uk/site-information/framework-usage-eligibility
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=647692228
GO-20211214-PRO-19387228 TKR-20211214-PRO-19387227        

VI.5) Date Of Dispatch Of This Notice: 14/12/2021

View any Notice Addenda

SCAPE Civil Engineering Framework - EWNI

UK-Nottingham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Procure Limited (trading as SCAPE), 09955814
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1159583200, Email: Johns@scape.co.uk
             Contact: John Simons
             Main Address: https://www.scape.co.uk, Address of the buyer profile: https://www.scape.co.uk
             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 Civil Engineering Framework - EWNI       
      Reference Number: SCP009
      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 four (4) year duration with an option to extend for a further two (2) years.
Experienced suppliers are invited to apply for civil engineering and infrastructure works and services as defined by the NUTS and CPV codes contained in this notice. Applications are welcome from consortia, joint ventures. Such parties must form a single legal entity to contract with prior to contract award, if successful. A maximum of five (5) bidders will be invited to ITT stage. SCAPE will appoint a single supplier to the framework.
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: 3,250,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45100000 - Site preparation work.
      45120000 - Test drilling and boring work.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      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.
      71000000 - Architectural, construction, engineering and inspection services.
      71200000 - Architectural and related services.
      71300000 - Engineering 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.
      45314000 - Installation of telecommunications equipment.
      45220000 - Engineering works and construction works.
      45234100 - Railway construction works.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKL WALES
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKN NORTHERN IRELAND
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The works will comprise all types of civil engineering and infrastructure works and associated services and may include design and other services as required to design, develop and realise 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 required may include those services identified by Common Procurement Vocabulary (CPV) codes 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:— roads, highways, rail, coastal and flood protection, mechanical and
electrical engineering, ground investigation, defence and nuclear.
Projects called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus.
Bidders must be able to demostrate an annual turnover in excess of 500 000 000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: ITT Quality questionnaire / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 72       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: Yes       
      Identification of the project: Some call-offs may be subject to the requirements of the European funding, however, this requirement also includes any successor bodies funding requirements that the UK Government may introduce.             
      II.2.14) Additional information: SCAPE are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com/ and register there (it is free to do so). 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 following access code: N79M82ENFU       


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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: SCAPE recognises the considerable investment in infrastructure, equipment and people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 48 months will only be extended by 24 months in accordance with the terms and conditions as set out in the procurement documentation.    
   
   
   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 - 031042       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/03/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/06/2022       
      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 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 45 233 100 'Construction work for Highways, roads' 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
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663142096
   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:    
    Not Provided    
   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: 15/02/2022

Annex A


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: Johns@scape.co.uk
       Contact: John Simons
       Main Address: https://www.scape.co.uk, Address of the buyer profile: https://www.scape.co.uk
       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 Civil Engineering Framework - EWNI            
      Reference number: SCP009

      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 for an initial period of four (4) years expiring 21/11/2026 with an option to extend for a further two (2) years ending 21/11/2028. Experienced suppliers were invited to apply for civil engineering and infrastructure works and services as defined by the NUTS and CPV codes contained in this notice. A maximum of five (5) bidders were invited to ITT stage. SCAPE appointed a single supplier to the framework. 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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,250,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45100000 - Site preparation work.
            45120000 - Test drilling and boring work.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            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.
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71300000 - Engineering 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.
            45314000 - Installation of telecommunications equipment.
            45220000 - Engineering works and construction works.
            45234100 - Railway construction works.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKL - WALES
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UKN - NORTHERN IRELAND
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      WALES
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      NORTHERN IRELAND
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: The works will comprise all types of civil engineering and infrastructure works and associated services and may include design and other services as required to design, develop and realise 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 required may include those services identified by Common Procurement Vocabulary (CPV) codes 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:— roads, highways, rail, coastal and flood protection, mechanical and electrical engineering, ground investigation, defence and nuclear. Projects called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus. Bidders were required demostrate an annual turnover in excess of 500 000 000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: ITT Quality questionnaire / 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 may be subject to the requirements of the European funding, however, this requirement also includes the requirements of the UK Government’s UK Shared Prosperity Fund (UKSPF).

      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: 2022/S 000-004269
      
   

   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: SCP009    
   Lot Number: Not Provided    
   Title: SCAPE Civil Engineering and Infrastructure - England, Wales and Northern Ireland

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Balfour Beatty Civil Engineering Limited (registration number 04482405) acting as agent of Balfour Beatty Group Limited (registration number 00101073), 04482405
             5 Churchhill Place, Canary Wharf, London, E14 5HU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,250,000,000          
         Total value of the contract/lot: 3,250,000,000
         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, 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 45 233 100 'Construction work for Highways, roads' etc.
Balfour Beatty Civil Engineering Limited (registration number 04482405) acting as agent of Balfour Beatty Group Limited (registration number 00101073), whose registered office is at 5 Churchill Place, Canary Wharf, London E14 5HU
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=742547000

   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: Not Provided

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

   VI.5) Date of dispatch of this notice: 07/12/2022