Scape Group Limited (trading as SCAPE) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | SCAPE Utilities Consultancy Services Framework EWNI |
Notice type: | Contract Notice - Utilities |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Scape Procure Ltd (SCAPE) wishes to establish a framework agreement for a SIX (6) year duration. The initial period will run for four (4) years with an option to extend by a two (2) year period which will run consecutively. Experienced suppliers are invited to apply for civil engineering, construction and infrastructure services as defined by the NUTS and CPV codes contained in this notice. |
Published: | 18/09/2023 15:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Scape Procure Limited (trading as SCAPE), 09955814
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: nickt@scape.co.uk
Contact: Nick Taylor
Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
NUTS Code: UKF14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./2HGE67H5Z4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.6) Main activity:
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: SCAPE Utilities Consultancy Services Framework EWNI
Reference Number: SCP011
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 Ltd (SCAPE) wishes to establish a framework agreement for a SIX (6) year duration. The initial period will run for four (4) years with an option to extend by a two (2) year period which will run consecutively. Experienced suppliers are invited to apply for civil engineering, construction and infrastructure services as defined by the NUTS and CPV codes contained in this notice.
II.1.5) Estimated total value:
Value excluding VAT: 750,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: On receipt of multiple bids the two highest scoring compliant bidders will only be awarded one Lot each. In the event that Scape receive a single bid - subject to that Bidder having the sufficient combined turnover for both Lots (£180,000,000) - they may be awarded the full value of the framework.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Civil Engineering and Construction Consultancy Services for Utilities
Lot No: 1
II.2.2) Additional CPV codes:
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311100 - Civil engineering support services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311220 - Highways engineering services.
71311230 - Railway engineering services.
71311240 - Airport engineering services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering 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.
71320000 - Engineering design services.
71321100 - Construction economics services.
71322000 - Engineering design services for the construction of civil engineering works.
71330000 - Miscellaneous engineering services.
71334000 - Mechanical and electrical engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71354500 - Marine survey 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.
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.
90490000 - Sewer survey and sewage treatment consultancy services.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70320000 - Land rental or sale services.
70330000 - Property management services of real estate on a fee or contract basis.
90710000 - Environmental management.
90712000 - Environmental planning.
90712300 - Marine conservation strategy planning.
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.
71324000 - Quantity surveying services.
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 procurement: The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services required may include those works and services identified by Common Procurement Vocabulary (CPV) codes on or in connection with any land or property and related asset owned, rented, leased or developed by any of the utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest at the time or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services (including Railway, Automated systems, Tramway, Trolley bus, Bus, or Cable). Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus. Bidders must be able to demonstrate an annual turnover in excess of 90 000 000 GBP.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 375,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.
II.2.14) Additional information: SCAPE are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com/ and register there (it is free to do so). If you are already registered, you will not need to register again as you may simply use your existing username and password. Log in, go to Response manager, and add the following access code: 2HGE67H5Z4
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Civil Engineering and Construction Consultancy Services for Utilities
Lot No: 2
II.2.2) Additional CPV codes:
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.
71311100 - Civil engineering support services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311220 - Highways engineering services.
71311230 - Railway engineering services.
71311240 - Airport engineering services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering 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.
71320000 - Engineering design services.
71321100 - Construction economics services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71334000 - Mechanical and electrical engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71354500 - Marine survey 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.
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.
90490000 - Sewer survey and sewage treatment consultancy services.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70320000 - Land rental or sale services.
70330000 - Property management services of real estate on a fee or contract basis.
90710000 - Environmental management.
90712000 - Environmental planning.
90712300 - Marine conservation strategy planning.
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.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71210000 - Advisory architectural services.
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 procurement: The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services required may include those works and services identified by Common Procurement Vocabulary (CPV) codes on or in connection with any land or property and related asset owned, rented, leased or developed by any of the utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest at the time or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services (including Railway, Automated systems, Tramway, Trolley bus, Bus, or Cable). Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus. Bidders must be able to demonstrate an annual turnover in excess of 90 000 000 GBP.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 375,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.
II.2.14) Additional information: SCAPE are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com/ and register there (it is free to do so). If you are already registered, you will not need to register again as you may simply use your existing username and password. Log in, go to Response manager, and add the following access code: 2HGE67H5Z4
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the PQQ and supporting procurement documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
As per the PQQ and supporting procurement documentation.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information is made available in the tender documentation and the framework agreement itself. See contract documents for further details.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Further information is made available in the tender documentation and the framework agreement itself. See contract documents for further details.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/12/2023 Time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 01/12/2023
Time: 14:01
Place:
Nottingham (Delta Portal)
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Scape Procure Limited (“Scape”) is a contracting authority and central purchasing body within the meaning of the Utilities Contracts Regulations 2016 (the “Regulations”), dedicated to creating efficiency and social value via the built environment. In accordance with Regulation 55(11), procurement carried out by Scape in order to perform its centralised purchasing activities (which includes the conclusion of framework agreements for works, supplies or services intended for a utility) is deemed to be procurement for the pursuit of an activity referred to in Regulations 9 to 15. Scape is, therefore, deemed to be a utility for these purposes; and may conclude this framework agreement in accordance with the procedures provided for in the Regulations.
While there is no guarantee or commitment of any kind, Peel Ports Investments Limited and it’s Group of Companies including its Statutory Harbour Authorities are included as potential users and beneficiaries of any framework concluded under this procurement.
This Framework Agreement will be accessible for use by utility sector public bodies (and their statutory successors), corporations established, or a group of individuals appointed to act together. The Utility Sectors included are Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services (including Railway, Automated systems, Tramway, Trolley bus, Bus, or Cable). 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. 71 000 000, 'Architectural, Construction, Engineering and inspection services' is deemed to include 71 210 000, 'Advisory Architectural services' and 71 220 000 Architectural design services' etc.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./2HGE67H5Z4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2HGE67H5Z4
VI.4) Procedures for review
VI.4.1) Review body:
SCAPE Group Ltd
2nd Floor, East West building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/09/2023
Annex A
View any Notice Addenda
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Scape Procure Limited (trading as SCAPE), 09955814
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: nickt@scape.co.uk
Contact: Nick Taylor
Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
NUTS Code: UKF14
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.6) Main activity:
Other activity: SCAPE is a public sector owned, built environment specialist supplier of framework solutions.
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: SCAPE Utilities Consultancy Services Framework EWNI
Reference number: SCP011
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 Ltd (SCAPE) has established a framework agreement for a SIX (6) year duration. The initial period will run for four (4) years with an option to extend by a two (2) year period which will run consecutively. Experienced suppliers were invited to apply for civil engineering, construction and infrastructure consultancy services as defined by the NUTS and CPV codes contained in this notice.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Agree to publish? Yes
Value: 750,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Civil Engineering and Construction Consultancy Services for Utilities
Lot No:1
II.2.2) Additional CPV code(s):
71210000 - Advisory architectural services.
71230000 - Organisation of architectural design contests.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71311100 - Civil engineering support services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311220 - Highways engineering services.
71311230 - Railway engineering services.
71311240 - Airport engineering services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering 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.
71320000 - Engineering design services.
71321100 - Construction economics services.
71322000 - Engineering design services for the construction of civil engineering works.
71330000 - Miscellaneous engineering services.
71334000 - Mechanical and electrical engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71354500 - Marine survey 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.
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.
90490000 - Sewer survey and sewage treatment consultancy services.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70320000 - Land rental or sale services.
70330000 - Property management services of real estate on a fee or contract basis.
90710000 - Environmental management.
90712000 - Environmental planning.
90712300 - Marine conservation strategy planning.
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.
71324000 - Quantity surveying services.
II.2.3) Place of performance
Nuts code:
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)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
LONDON
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
WALES
NORTHERN IRELAND
NORTH EAST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services required may include those services identified by Common Procurement Vocabulary (CPV) codes on or in connection with any land or property and related asset owned, rented, leased or developed by any of the utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services. Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250,000,000 GBP plus.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Quality / Weighting: 70
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 may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.
II.2.14) Additional information: The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 71 000 000, 'Architectural, Construction, Engineering and inspection services' is deemed to include 71 210 000, 'Advisory Architectural services' and 71 220 000 Architectural design services' etc.
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Civil Engineering and Construction Consultancy Services for Utilities
Lot No:2
II.2.2) Additional CPV code(s):
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.
71311100 - Civil engineering support services.
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
71311220 - Highways engineering services.
71311230 - Railway engineering services.
71311240 - Airport engineering services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering 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.
71320000 - Engineering design services.
71321100 - Construction economics services.
71322000 - Engineering design services for the construction of civil engineering works.
71324000 - Quantity surveying services.
71330000 - Miscellaneous engineering services.
71334000 - Mechanical and electrical engineering services.
71340000 - Integrated engineering services.
71350000 - Engineering-related scientific and technical services.
71354500 - Marine survey 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.
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.
90490000 - Sewer survey and sewage treatment consultancy services.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
98113100 - Nuclear safety services.
66140000 - Portfolio management services.
66171000 - Financial consultancy services.
70110000 - Development services of real estate.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70310000 - Building rental or sale services.
70320000 - Land rental or sale services.
70330000 - Property management services of real estate on a fee or contract basis.
90710000 - Environmental management.
90712000 - Environmental planning.
90712300 - Marine conservation strategy planning.
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.
71230000 - Organisation of architectural design contests.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71210000 - Advisory architectural services.
II.2.3) Place of performance
Nuts code:
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)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
LONDON
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
WALES
NORTHERN IRELAND
NORTH EAST (ENGLAND)
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services required may include those services identified by Common Procurement Vocabulary (CPV) codes on or in connection with any land or property and related asset owned, rented, leased or developed by any of the utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services. Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250,000,000 GBP plus.
II.2.5) Award criteria:
Agree to publish? Yes
Quality criterion - Name: Quality / Weighting: 70
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 may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.
II.2.14) Additional information: The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 71 000 000, 'Architectural, Construction, Engineering and inspection services' is deemed to include 71 210 000, 'Advisory Architectural services' and 71 220 000 Architectural design services' etc.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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 OJ S: 2023/S 000-027524
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: Not Provided
Lot Number: 1
Title: Lot 1 - Civil Engineering and Construction Consultancy Services for Utilities
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2024
V.2.2) Information about tenders
Agree to publish? Yes
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: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor
Agree to publish? Yes
Contractor (No.1)
AtkinsRéalis PPS Ltd, 02236832
Woodcote Grove,, Ashley Road,, Surrey,, Epsom,, KT18 5BW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.2)
Arcadis Consulting (UK) Limited, 02212959
80 Fenchurch Street,, London,, EC3M 4BY, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Agree to publish? Yes
Initial estimated total value of the contract/lot: 375,000,000
Total value of the contract/lot: 375,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Lot 2 - Civil Engineering and Construction Consultancy Services for Utilities
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/04/2024
V.2.2) Information about tenders
Agree to publish? Yes
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: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor
Agree to publish? Yes
Contractor (No.1)
Perfect Circle JV Limited, 10219126
Halford House,, Charles Street,, Leicester,, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
Contractor (No.2)
Pick Everard, N/A
Halford House,, Charles Street,, Leicester,, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
Contractor (No.3)
Aecom, 01846493
Aldgate Tower,, 2 Leman Street,, London,, E1 8FA, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Gleeds Cost Management Limited, 06472932
95 New Cavendish Street,, London,, W1W 6XF, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Agree to publish? Yes
Initial estimated total value of the contract/lot: 375,000,000
Total value of the contract/lot: 375,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
V.2.6) Price paid for bargain purchases
Value excluding VAT: Not Provided
Currency: Not Provided
Section VI: Complementary information
VI.3) Additional information: Scape Procure Limited (“Scape”) is a contracting authority and central purchasing body within the meaning of the Utilities Contracts Regulations 2016 (the “Regulations”). In accordance with Regulation 55(11), procurement carried out by Scape in order to perform its centralised purchasing activities (which includes the conclusion of framework agreements for works, supplies or services intended for a utility) is deemed to be procurement for the pursuit of an activity referred to in Regulations 9 to 15. While there is no guarantee or commitment of any kind, Peel Ports Investments Limited and it’s Group of Companies including its Statutory Harbour Authorities are included as potential users and beneficiaries of any framework concluded under this procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=844295567
VI.4) Procedures for review
VI.4.1) Review body
SCAPE Group Ltd
2nd Floor, East West building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
VI.4.2) Body responsible for mediation procedures
The High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/05/2024