Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Scape Construction framework |
Notice type: | Contract Award Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Works |
Procedure: | Restricted |
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 |
Published: | 27/09/2021 13:10 |
View Full 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
Notice number in the OJEU: 2020/S 193-467830
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=629367099
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: 27/09/2021
View any Notice Addenda
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Scape Group Limited, 05660357
2nd Floor East West Building, 1 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
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Scape National Construction framework
Reference number: SPC007
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.2) Description
II.2.1) Title: Lot 1 - England & Wales - Lower £0 - £10m
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
UKI LONDON
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 the procurement at the time of conclusion of the contract:
The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the Framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others:— education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 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, 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.
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call offs from this framework may be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in OJ S: 2021/S 191 - 498540
Section V: Award of contract/concession
Contract No: 1 Lot No: 1 Title: Lot 1 - England & Wales - Lower £0 - £10m
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 08/09/2021
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:
Morgan Sindall Construction & Infrastructure Ltd, 04273754
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 2,000,000,000
Currency: GBP
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=798720569
VI.4) Procedures for review
VI.4.1) Review Body
Scape Group Limited
2nd Floor, East West building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address: https://www.scapegroup.co.uk/
V1.4.2) Body responsible for mediation procedures:
The High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
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: 31/07/2023
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
45000000 - Construction work.
VII.1.2) Additional CPV code(s)
Not Provided
VII.1.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
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)
VII.1.4) Description of the procurement:
Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2020/S 193-467830. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 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, 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. .
VII.1.6) Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 2,000,000,000
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:
Morgan Sindall Construction & Infrastructure Ltd, 04273754
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor/concessionaire is an SME: No
VII.2) Information about modifications
VII.2.1) Description of the modifications:
Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing National Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.
VII.2.2) Reasons for modification:
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 2,000,000,000
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 2,000,000,000
Currency: GBP