Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Scape 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 with an option to extend for a further 2 years. Experienced suppliers are invited to apply for 8 lots of construction works and services as defined by the NUTS and CPV. Applications are welcome from consortia, joint ventures etc. such parties must form a single legal entity to contract with prior to contract award. A maximum of 5 bidders will be invited to ITT stage for each value band. 1 supplier shall be appointed to each lot. This framework is 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 in the published corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility |
Published: | 30/09/2020 14:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Scape Group Limited
Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: Andyb@scapegroup.co.uk
Contact: Andy Button
Main Address: https://www.scapegroup.co.uk, Address of the buyer profile: http://www.scapegroup.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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta 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 Construction framework
Reference Number: SPC007
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 with an option to extend for a further 2 years.
Experienced suppliers are invited to apply for 8 lots of construction works and services as defined by the NUTS and CPV. Applications are welcome from consortia, joint ventures etc. such parties must form a single legal entity to contract with prior to contract award. A maximum of 5 bidders will be invited to ITT stage for each value band. 1 supplier shall be appointed to each lot.
This framework is 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 in the published corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.5) Estimated total value:
Value excluding VAT: 12,000,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - England & Wales - Lower £0 - £7.5m
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45120000 - Test drilling and boring work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
31121000 - Generating sets.
45110000 - Building demolition and wrecking work and earthmoving work.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,000,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 1 & 2 – Lower Works – England & Wales - National Construction Framework =2GS3HBG36P
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - England & Wales - Lower £0 - £7.5m
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
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.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UK UNITED KINGDOM
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,000,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 1 & 2 – Lower Works – England & Wales - National Construction Framework =2GS3HBG36P
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - England & Wales - Upper £7.5m - £75m
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
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.
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.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,000,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 3 & 4 – Upper Works – England & Wales - National Construction Framework = EHAP22SY74
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 - England & Wales - Upper £7.5m - £75m
Lot No: 4
II.2.2) Additional CPV codes:
45000000 - Construction work.
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.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
31121000 - Generating sets.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,000,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 3 & 4 – Upper Works – England & Wales - National Construction Framework = EHAP22SY74
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 - Northern Ireland - Lower £0 - £7.5m
Lot No: 5
II.2.2) Additional CPV codes:
45000000 - Construction work.
31121000 - Generating sets.
45110000 - Building demolition and wrecking work and earthmoving work.
45100000 - Site preparation work.
45120000 - Test drilling and boring work.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
II.2.3) Place of performance:
UKN NORTHERN IRELAND
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 500,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 5 – Lower Works – Northern Ireland - Scape Construction Framework = APC397426W
II.2) Description Lot No. 6
II.2.1) Title: Lot 6 - Northern Ireland - Upper £7.5m - £75m
Lot No: 6
II.2.2) Additional CPV codes:
45000000 - Construction work.
45120000 - Test drilling and boring work.
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance:
UKN NORTHERN IRELAND
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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 500,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 6 – Upper Works – Northern Ireland - Scape Construction Framework = 6TV44H8235
II.2) Description Lot No. 7
II.2.1) Title: Lot 7 - England, Wales & Northern Ireland - Principal £75m plus
Lot No: 7
II.2.2) Additional CPV codes:
45000000 - Construction work.
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.
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.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
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 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.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 1,500,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 7 & 8 – Principal Works – England, Wales & Northern Ireland – Scape Construction Framework = 832JZX9547
II.2) Description Lot No. 8
II.2.1) Title: Lot 8 – Principal Works – England, Wales & Northern Ireland - Scape Construction Framework
Lot No: Lot 8
II.2.2) Additional CPV codes:
45000000 - Construction work.
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.
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.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
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 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.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 1,500,000,000
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 from this framework will be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: 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 for the lot they wish to apply for:
Lot 7 & 8 – Principal Works – England, Wales & Northern Ireland – Scape Construction Framework = 832JZX9547
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: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 141 - 348120
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/11/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/02/2021
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: England and Wales - Bidders need only complete one (1) PQQ for each value band, which will then be considered for both lots within that value band. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each value band will be invited to respond to the ITT.
Northern Ireland - there is no parallel lotting structure and therefore bidders will need to complete one PQQ for each lot applied for. The top five (5) highest scoring compliant bidders in each lot will be invited to respond to the ITT.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=529116647
VI.4) Procedures for review
VI.4.1) Review body:
Scape Group Limited
2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address: https://www.scapegroup.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:
Court of Justice of the European Union
Boulevard Konrad Adenauer, L-2925 Luxemburg, Luxemburg, Luxembourg
VI.5) Date Of Dispatch Of This Notice: 30/09/2020
Annex A
View any Notice Addenda
UK-Nottingham: Construction work.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Scape Group Limited
Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: Andyb@scapegroup.co.uk
Contact: Andy Button
Main Address: https://www.scapegroup.co.uk, Address of the buyer profile: http://www.scapegroup.co.uk
NUTS Code: UKF14
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Scape Construction framework Reference number: SPC007
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 with an option to extend for a further 2 years.
Experienced suppliers are invited to apply for 8 lots of construction works and services as defined by the NUTS and CPV. Applications are welcome from consortia, joint ventures etc. such parties must form a single legal entity to contract with prior to contract award. A maximum of 5 bidders will be invited to ITT stage for each value band. 1 supplier shall be appointed to each lot.
This framework is 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 in the published corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/02/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 237547
Notice number in OJ S: 2020/S 193 - 467830
Date of dispatch of the original notice: 05/10/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Publication on TED not compliant with original information provided by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: Short Description
Instead of: This framework is 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 in the published corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
Read: Scape Procure Ltd (Scape) wishes to establish a framework agreement for a 4-year duration with an option to extend for a further 2 years.
Experienced suppliers are invited to apply for 8 lots of construction works and services as defined by the NUTS and CPV. Applications are welcome from consortia, joint ventures etc. such parties must form a single legal entity to contract with prior to contract award. A maximum of 5 bidders will be invited to ITT stage for each value band. 1 supplier shall be appointed to each lot.
This framework is 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 in the published corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
“This Framework Agreement is for use by contracting authority customers (any of their successor bodies) in the United Kingdom (within the geographical region for each framework lot), and which fall within the definition of “Contracting Authority” in regulation 2(1) of the Public Contracts Regulations 2015 (PCR), including (but not limited to):
Government Departmentshttps://www.gov.uk/government/organisations
River Trusthttps://canalrivertrust.org.uk/about-us/our-regions
Local Authorititeshttps://www.gov.uk/find-local-council
National Parkshttps://www.nationalparks.uk/parks/
Schoolshttps://webarchive.nationalarchives.gov.uk/20121103100909/http://www.education.gov.uk/edubase/public/quickSearchResult.xhtml?myListCount=0
School Directoryhttp://www.schoolswebdirectory.co.uk/
College and Unihttps://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
Uni listed bodieshttps://www.gov.uk/check-a-university-is-officially-recognised/listed-bodies
UCAShttp://search.ucas.com/
Learning Providers UKhttps://www.ukrlp.co.uk/
Leisure Centrehttp://www.sporta.org/member-directory
Policehttps://www.police.uk/pu/contact-the-police/
Fire http://www.fireservice.co.uk/information/ukfrs
NHShttp://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
NHShttp://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
NHShttp://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
NHShttp://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
Social Carehttp://www.dh.gov.uk/health/about-us/public-bodies-2/advisory-bodies/
Hospiceshttps://www.hospiceuk.org/about-hospice-care/find-a-hospice
Social Housinghttps://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Care homeshttps://www.cqc.org.uk/search/services/care-homes
Mental Healthhttp://www.cqc.org.uk/search/services/mental-health?location=&latitude=&longitude=&sort=default&la=&distance=15&mode=html
National Housing Federationhttp://nhfdirectory.co.uk/
Charities / Third Sector Charitieshttps://register-of-charities.charitycommission.gov.uk/
Citizen Advicehttp://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices
Citizens Advice Bureauhttps://www.citizensadvice.org.uk/about-us/contact-us/contact-us/contact-us/
Public Sector Bodieshttps://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications
WLGAhttps://www.wlga.gov.uk/home
North Firehttp://www.nwales-fireservice.org.uk/about-us/our-service-areas/our-service-areas.aspx?lang=en
Mid and west Firehttps://www.mawwfire.gov.uk/eng/your-area/
Local Govmnthttps://law.gov.wales/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?lang=en#/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?tab=overview&lang=en
Welsh Govhttps://gov.wales/organisations
NHS Wales structurehttp://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Serviceshttp://www.wales.nhs.uk/ourservices/directory
NHS Directhttps://www.nhsdirect.wales.nhs.uk/LocalServices/Default.aspx
Social Housing Waleshttps://gov.wales/registered-social-landlords
Schoolshttps://gov.wales/address-list-schools
Universities http://www.uniswales.ac.uk/universities
Policehttps://www.police.uk/pu/your-area/south-wales-police/
North Policehttps://www.northwales.police.uk/police-forces/north-wales-police/areas/about-us/about-us/
Midland policehttps://www.dyfed-powys.police.uk/en/your-area/
Welsh Local Authority Linkshttps://www.wlga.gov.uk/welsh-local-authority-links
South firehttps://www.southwales-fire.gov.uk/
South Policehttps://www.south-wales.police.uk/en/contact-us/police-stations/
Waterways
NI Gvnmt Depshttps://www.northernireland.gov.uk/topics/your-executive/government-departments
Local Authshttps://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Social Housinghttp://www.nihe.gov.uk/
Housing Associationhttps://www.nidirect.gov.uk/contacts/housing-associations
Schoolshttp://apps.education-ni.gov.uk/appinstitutes/default.aspx
Dept Educationhttps://www.education-ni.gov.uk/
Collegeshttps://www.nidirect.gov.uk/contacts/further-education-fe-colleges
Universitieshttps://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
Health and Socialhttp://www.hscboard.hscni.net/in-your-area/
Health Serviceshttp://www.nidirect.gov.uk/index/information-and-services/health-and-well-being/health-services.htm
Policehttps://www.psni.police.uk/my-area/all-districts/
Citizen Advicehttp://www.citizensadvice.co.uk/en/About-Us/Contact/
Waterhttps://www.niwater.com/whats-happening-in-your-area/
Fire and Resucehttp://www.nifrs.org/about-nifrs/
Fire and Resucehttp://www.nifrs.org/areas-districts/
Chairtyhttp://www.charitycommissionni.org.uk/charity-search/
Healthhttp://online.hscni.net/hospitals/
Health and Socialhttp://online.hscni.net/hospitals/health-and-social-care-trusts/
HSC Servicehttp://online.hscni.net/other-hsc-organisations/hsc-service-finder/
The above list is not an exhaustive list of potential contracting authority customers. Please refer to the authorised customer list which is located on the Scape website and can be accessed via the following link:https://www.scapegroup.co.uk/site-information/framework-usage-eligibility.
Please note that the authorised customer list is reviewed and updated throughout the term of the contract.”
VII.2) Other additional information: England and Wales - Bidders need only complete one (1) PQQ for each value band, which will then be considered for both lots within that value band. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each value band will be invited to respond to the ITT.
Northern Ireland - there is no parallel lotting structure and therefore bidders will need to complete one PQQ for each lot applied for. The top five (5) highest scoring compliant bidders in each lot will be invited to respond to the ITT.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=568707142
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Group Limited, 05660357
Level 2, East West Building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: Johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk, Address of the buyer profile: http://www.scapegroup.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: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Scape Group 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 Construction framework
Reference number: SPC007
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) has established a framework agreement with a four(4)-year duration with an option to extend for a further two (2) years.
Experienced suppliers were invited to apply for eight (8) lots of construction works and services as defined by the NUTS and CPV codes. Applications were welcome from consortia, joint ventures etc. such parties must form a single legal entity to contract with prior to contract award. A maximum of five (5) bidders were invited to ITT stage for each value band.
One (1) supplier has beed 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 one (1) of the Public contracts Regulation 2015 or cited by name in Schedule one (1) to the Public Contracts Regulations 2015 and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 12,000,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - England & Wales - Lower £0 - £7.5m
Lot No:1
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45120000 - Test drilling and boring work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
31121000 - Generating sets.
45110000 - Building demolition and wrecking work and earthmoving work.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - England & Wales - Lower £0 - £7.5m
Lot No:2
II.2.2) Additional CPV code(s):
45000000 - Construction work.
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.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UK - UNITED KINGDOM
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
UNITED KINGDOM
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - England & Wales - Upper £7.5m - £75m
Lot No:3
II.2.2) Additional CPV code(s):
45000000 - Construction work.
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.
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.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - England & Wales - Upper £7.5m - £75m
Lot No:4
II.2.2) Additional CPV code(s):
45000000 - Construction work.
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.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
31121000 - Generating sets.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - Northern Ireland - Lower £0 - £7.5m
Lot No:5
II.2.2) Additional CPV code(s):
45000000 - Construction work.
31121000 - Generating sets.
45110000 - Building demolition and wrecking work and earthmoving work.
45100000 - Site preparation work.
45120000 - Test drilling and boring work.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
44211100 - Modular and portable buildings.
II.2.3) Place of performance
Nuts code:
UKN - NORTHERN IRELAND
Main site or place of performance:
NORTHERN IRELAND
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - Northern Ireland - Upper £7.5m - £75m
Lot No:6
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45120000 - Test drilling and boring work.
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
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.
50000000 - Repair and maintenance services.
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.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance
Nuts code:
UKN - NORTHERN IRELAND
Main site or place of performance:
NORTHERN IRELAND
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.
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 - England, Wales & Northern Ireland - Principal £75m plus
Lot No:7
II.2.2) Additional CPV code(s):
45000000 - Construction work.
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.
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.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
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
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 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.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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 – Principal Works – England, Wales & Northern Ireland - Scape Construction Framework
Lot No:Lot 8
II.2.2) Additional CPV code(s):
45000000 - Construction work.
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.
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.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
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.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
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.
71540000 - Construction management services.
71541000 - Construction project management 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.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
44211100 - Modular and portable buildings.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
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
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 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.2.5) Award criteria:
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Some call offs from this framework may be subject to the requirements of the European 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
Not Provided
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: England and Wales - Lower GBP 0-GBP 7.5 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Morgan Sindall Construction & Infrastructure Ltd, 04273754
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,000,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: England and Wales - Lower GBP 0-GBP 7.5 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Kier Construction Ltd, 02099533
2nd Floor, Optimum House, Clippers Quay, Salford, M50 3XP, United Kingdom
NUTS Code: UKD3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,000,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: England and Wales - Upper GBP 7.5 million-GBP 75 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
WILLMOTT DIXON CONSTRUCTION LIMITED, 00768173
Suite 201, The Spirella Building, Bridge Road, Letchworth Garden City, SG6 4ET, 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: Not Provided
Total value of the contract/lot: 2,000,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.4)
Contract No: 4
Lot Number: 4
Title: England and Wales - Upper GBP 7.5 million-GBP 75 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Morgan Sindall Construction & Infrastructure Ltd., 04273754
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,000,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.5)
Contract No: 5
Lot Number: 5
Title: Northern Ireland - Lower GBP 0-GBP 7.5 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
John Graham, NI003503
5 Ballygowan Road, Hillsborough, BT26 6HX, United Kingdom
NUTS Code: UKN
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.6)
Contract No: 6
Lot Number: 6
Title: Northern Ireland - Upper GBP 7.5 million-GBP 75 million
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
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)
McLaughlin & Harvey, NI27864
15 Trench Road,, Mallusk, BT36 8FA, United Kingdom
NUTS Code: UKN
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.7)
Contract No: 7
Lot Number: 7
Title: England, Wales and Northern Ireland - Principal GBP 75 million plus
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
JOHN SISK & SON (HOLDINGS) LIMITED, FC030085
Wilton Works, Naas Road, Clondalkin, Dublin, Dublin 22, United Kingdom
NUTS Code: UKN
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.8)
Contract No: 8
Lot Number: 8
Title: England, Wales and Northern Ireland - Principal GBP 75 million plus
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/09/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MACE LIMITED, 02410626
155 Moorgate, London, EC2M 6XB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,500,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: 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.scapegroup.co.uk/site-information/framework-usage-eligibility
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=621672849
VI.4) Procedures for review
VI.4.1) Review body
Scape Group Limited
2nd Floor, East West building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address: https://www.scapegroup.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
Court of Justice of the European Union
Boulevard Konrad Adenauer, L-2925 Luxemburg, Luxemburg, Luxembourg
VI.5) Date of dispatch of this notice: 25/09/2021