Awarded contract

Scape National Consultancy Framework

  • Scape Procure Limited

F03: Contract award notice

Notice reference: 2021/S 000-002433

Published 6 February 2021, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

Scape Procure Limited

2nd floor, City Gate West, Tollhouse Hill

Nottingham

NG1 5AT

Contact

John Simons

Email

johns@scapegroup.co.uk

Telephone

+44 1159583200

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

09955814

Internet address(es)

Main address

https://www.scapegroup.co.uk/services/procure

Buyer's address

https://www.scapegroup.co.uk/services/procure

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Scape Procure Limited is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scape National Consultancy Framework

Reference number

SCP006

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.

Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.

This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £700,000,000

two.2) Description

two.2.1) Title

Scape Built Environment Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 70120000 - Buying and selling of real estate
  • 70130000 - Letting services of own property
  • 70210000 - Residential property renting or leasing services
  • 70220000 - Non-residential property renting or leasing services
  • 70310000 - Building rental or sale services
  • 70321000 - Land rental services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71315300 - Building surveying services
  • 71320000 - Engineering design services
  • 71321100 - Construction economics services
  • 71324000 - Quantity surveying services
  • 71330000 - Miscellaneous engineering services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71700000 - Monitoring and control services
  • 79112100 - Stakeholders representation services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90710000 - Environmental management
  • 90712000 - Environmental planning
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKL - WALES
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)
  • UKN - NORTHERN IRELAND
  • UKE - YORKSHIRE AND THE HUMBER
  • UKD - NORTH WEST (ENGLAND)
  • UKC - NORTH EAST (ENGLAND)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTHERN IRELAND,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

two.2.4) Description of the procurement

The services will comprise a range of built environment consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.

At this stage Scape anticipate that a single supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 70,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Tender Quality submission / Weighting: 60

Quality criterion - Name: Interview / Weighting: 10

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 1 DB8NQE2AFV and will have to submit their expression of interest electronically through Delta.

two.2) Description

two.2.1) Title

Scape Infrastructure Consultancy

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71315300 - Building surveying services
  • 71320000 - Engineering design services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71324000 - Quantity surveying services
  • 71330000 - Miscellaneous engineering services
  • 71340000 - Integrated engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71700000 - Monitoring and control services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 79112100 - Stakeholders representation services
  • 90710000 - Environmental management
  • 90712000 - Environmental planning
  • 90713000 - Environmental issues consultancy services
  • 98113100 - Nuclear safety services

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKL - WALES
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)
  • UKN - NORTHERN IRELAND
  • UKE - YORKSHIRE AND THE HUMBER
  • UKD - NORTH WEST (ENGLAND)
  • UKC - NORTH EAST (ENGLAND)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTHERN IRELAND,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

two.2.4) Description of the procurement

The services will comprise a range of infrastructure consultancy as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.

At this stage Scape anticipate that a single supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 50,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Tender Quality submission / Weighting: 60

Quality criterion - Name: Interview / Weighting: 10

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 2 CG2P6845YB and will have to submit their expression of interest electronically through Delta.

two.2) Description

two.2.1) Title

Scape Place Shaping

Lot No

3

two.2.2) Additional CPV code(s)

  • 66140000 - Portfolio management services
  • 66171000 - Financial consultancy services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 70120000 - Buying and selling of real estate
  • 70310000 - Building rental or sale services
  • 70321000 - Land rental services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 71210000 - Advisory architectural services
  • 71230000 - Organisation of architectural design contests
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71311200 - Transport systems consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315300 - Building surveying services
  • 71321100 - Construction economics services
  • 71410000 - Urban planning services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
  • 72212421 - Facilities management software development services
  • 72212482 - Business intelligence software development services
  • 72212490 - Procurement software development services
  • 72220000 - Systems and technical consultancy services
  • 79112100 - Stakeholders representation services
  • 79996000 - Business organisation services
  • 90710000 - Environmental management
  • 90712000 - Environmental planning
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKL - WALES
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)
  • UKN - NORTHERN IRELAND
  • UKE - YORKSHIRE AND THE HUMBER
  • UKD - NORTH WEST (ENGLAND)
  • UKC - NORTH EAST (ENGLAND)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTHERN IRELAND,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Place Shaping lot is dedicated to the management of property by implementing effective strategies to achieve sustainable public estates. This includes all aspects of the asset lifecycle from policy, change management, operational improvement through strategic advisory services to enable long term planning.

In addition, ancillary services will be made available by the framework partner through their supply chain. The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71500000, Construction-related services is deemed to include 71530000, Construction consultancy services and 71541000 Construction project management services.

At this stage Scape anticipate that a single supplier/entity will be awarded Lot 3 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called-off under the framework may be as little as 500 GBP or exceed 50,000,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Tender Quality submission / Weighting: 60

Quality criterion - Name: Interview / Weighting: 10

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Potential suppliers will be required to register on Delta to download the documentation using the following access code for Lot 3 54F75Y636Q and will have to submit their expression of interest electronically through Delta.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 222-544746


Section five. Award of contract

Contract No

1

Lot No

1

Title

Built Environment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 January 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Perfect Circle JV Ltd

Halford House, Charles Street

Leicester

LE1 1HA

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
National registration number

10219126

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £350,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 40 %


Section five. Award of contract

Contract No

2

Lot No

2

Title

Infrastructure Consultancy

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 January 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Perfect Circle JV Ltd

Halford House, Charles Street

Leicester

LE1 1HA

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
National registration number

10219126

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £250,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 40 %


Section five. Award of contract

Contract No

3

Lot No

3

Title

Place Shaping

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 January 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mace Ltd

155 Moorgate

London

EC2M 6XB

Country

United Kingdom

NUTS code
  • UKI - LONDON
National registration number

02410626

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 30 %


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=567784487

GO Reference: GO-202126-PRO-17752453

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom