Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Scape National Consultancy Framework |
Notice type: | Contract Award Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years. Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot. This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility |
Published: | 06/02/2021 10:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Scape Procure Limited is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks.
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework
Reference number: SCP006
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 700,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Scape Built Environment Consultancy
Lot No:1
II.2.2) Additional CPV code(s):
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70130000 - Letting services of own property.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71312000 - Structural engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71321100 - Construction economics services.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
79112100 - Stakeholders representation services.
90490000 - Sewer survey and sewage treatment consultancy services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 70,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 1 DB8NQE2AFV and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 2)
II.2.1) Title:Scape Infrastructure Consultancy
Lot No:2
II.2.2) Additional CPV code(s):
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71230000 - Organisation of architectural design contests.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71315300 - Building surveying services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71410000 - Urban planning services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
90490000 - Sewer survey and sewage treatment consultancy services.
79112100 - Stakeholders representation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise a range of infrastructure consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 50,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 2 CG2P6845YB and will have to submit their expression of interest electronically through Delta.
II.2) Description (lot no. 3)
II.2.1) Title:Scape Place Shaping
Lot No:3
II.2.2) Additional CPV code(s):
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
70120000 - Buying and selling of real estate.
70310000 - Building rental or sale services.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71311200 - Transport systems consultancy services.
71313000 - Environmental engineering consultancy services.
71314000 - Energy and related services.
71314200 - Energy-management services.
71314300 - Energy-efficiency consultancy services.
71315300 - Building surveying services.
71321100 - Construction economics services.
71410000 - Urban planning services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
72000000 - IT services: consulting, software development, Internet and support.
72200000 - Software programming and consultancy services.
72212300 - Document creation, drawing, imaging, scheduling and productivity software development services.
72212421 - Facilities management software development services.
72212482 - Business intelligence software development services.
72212490 - Procurement software development services.
72220000 - Systems and technical consultancy services.
79112100 - Stakeholders representation services.
79996000 - Business organisation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI - LONDON
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKL - WALES
UKJ - SOUTH EAST (ENGLAND)
UKK - SOUTH WEST (ENGLAND)
UKN - NORTHERN IRELAND
UKE - YORKSHIRE AND THE HUMBER
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
NORTHERN IRELAND
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Place Shaping lot is dedicated to the management of property by implementing effective strategies to achieve sustainable public estates. This includes all aspects of the asset lifecycle from policy, change management, operational improvement through strategic advisory services to enable long term planning.
In addition, ancillary services will be made available by the framework partner through their supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.
At this stage Scape anticipate that a single supplier/entity will be awarded Lot 3 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Tender Quality submission / Weighting: 60
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 3 54F75Y636Q and will have to submit their expression of interest electronically through Delta.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 222-544746
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Built Environment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 350,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Infrastructure Consultancy
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 250,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 40%
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Place Shaping
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/01/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Mace Ltd, 02410626
155 Moorgate, London, EC2M 6XB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 30%
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=567784487
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/02/2021
View any Notice Addenda
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Scape Procure Limited, 09955814
2nd floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: johns@scapegroup.co.uk
Contact: John Simons
Main Address: https://www.scapegroup.co.uk/services/procure, Address of the buyer profile: https://www.scapegroup.co.uk/services/procure
NUTS Code: UK
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Scape National Consultancy Framework
Reference number: SCP006
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.2) Description
II.2.1) Title: Scape Built Environment Consultancy
Lot No: 1
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UKI LONDON
UKH EAST OF ENGLAND
UKK SOUTH WEST (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKL WALES
UKN NORTHERN IRELAND
UKC NORTH EAST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
II.2.4) Description of the procurement at the time of conclusion of the contract:
The services comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 72
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Scape recognises the considerable investment in infrastructure, equipment and people, processes, 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.
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in OJ S: 2021/S 000 - 002433
Section V: Award of contract/concession
Contract No: 1 Lot No: 1 Title: Scape Built Environment Consultancy
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 29/01/2021
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Perfect Circle JV Ltd, 10219126
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 350,000,000
Currency: GBP
Section VI: Complementary Information
VI.3) Additional Information:
This Framework Agreement is 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 orcited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility (https://www.scapegroup.co.uk/siteinformation/ framework-usage-eligibility).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=903839514
VI.4) Procedures for review
VI.4.1) Review Body
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
V1.4.2) Body responsible for mediation procedures:
Not Provided
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/11/2024
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
VII.1.2) Additional CPV code(s)
70110000 - Development services of real estate.
70120000 - Buying and selling of real estate.
70111000 - Development of residential real estate.
70310000 - Building rental or sale services.
70112000 - Development of non-residential real estate.
70321000 - Land rental services.
70330000 - Property management services of real estate on a fee or contract basis.
71321100 - Construction economics services.
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71311200 - Transport systems consultancy services.
71315300 - Building surveying services.
71410000 - Urban planning services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
79112100 - Stakeholders representation services.
90710000 - Environmental management.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
70130000 - Letting services of own property.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71320000 - Engineering design services.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71420000 - Landscape architectural services.
71510000 - Site-investigation services.
71520000 - Construction supervision services.
71541000 - Construction project management services.
71610000 - Composition and purity testing and analysis services.
71620000 - Analysis services.
71700000 - Monitoring and control services.
90490000 - Sewer survey and sewage treatment consultancy services.
VII.1.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UKI LONDON
UKH EAST OF ENGLAND
UKK SOUTH WEST (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKL WALES
UKN NORTHERN IRELAND
UKC NORTH EAST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
VII.1.4) Description of the procurement:
Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published under the Contract Notice Publication reference: 2019/S222-544746. The CPV codes used within the original notice still apply. This modification notice is issued solely as confirmation that the 24-month extension to the Framework duration has been utilised by SCAPE.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 72
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Scape recognises the considerable investment in infrastructure, equipment and people, processes, 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. .
VII.1.6) Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 350,000,000
Currency: GBP
The contract has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
Perfect Circle JV Ltd, Halford House
Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor/concessionaire is an SME: No
VII.2) Information about modifications
VII.2.1) Description of the modifications:
As provided for within the Contract Notice, Procurement documentation, Contract Award Notice, and Framework Agreement this modification notice is issued solely as confirmation that the 24-month extension to the Framework duration has been utilised by SCAPE.
VII.2.2) Reasons for modification:
Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
As provided for within the Contract Notice, Procurement documentation, Contract Award Notice, and Framework Agreement this modification notice is issued solely as confirmation that the 24-month extension to the Framework duration has been utilised by SCAPE.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 350,000,000
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 350,000,000
Currency: GBP