Scape Group Limited (trading as SCAPE): UK-Nottingham: Construction work. *Duplicated*

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

Notice Summary
Title: UK-Nottingham: Construction work. *Duplicated*
Notice type: Modification 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: 04/03/2024 09:37

View Full Notice

UK-Nottingham: Construction work. *Duplicated*

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:
      UKG WEST MIDLANDS (ENGLAND)
      UKF EAST MIDLANDS (ENGLAND)
      UKI LONDON
      UKH EAST OF ENGLAND
      UKK SOUTH WEST (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKL WALES
      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 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, social care, leisure, libraries, blue light, health and social care, offices, transport, military, farms, recycling and waste centres, 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.

The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 45000000, 'Construction Work' is deemed to include 45421000 'Joinery work' and 45421131 'Installation of doors' etc.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=835398941
   
   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: 04/03/2024
   
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:
      UKG WEST MIDLANDS (ENGLAND)
      UKF EAST MIDLANDS (ENGLAND)
      UKI LONDON
      UKH EAST OF ENGLAND
      UKK SOUTH WEST (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKL WALES
      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 in the Contract Notice Publication reference: 2020/S
193-467830. 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:
      Not Provided       .
   
   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:
    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 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:
    It was not known at the time of awarding this Lot of the Framework whether the 24-month extension period would be utilised. The decision has now been made to proceed with the formal 24-month extension.    
   
   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

View any Notice Addenda

View Award Notice