Awarded contract

Scape National Consultancy Framework - Scotland

  • Scape Procure Scotland Ltd

F03: Contract award notice

Notice reference: 2021/S 000-003943

Published 26 February 2021, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

Scape Procure Scotland Ltd

65 Haymarket Terrace, Citypoint

Edinburgh

EH12 5HD

Contact

Nick Taylor

Email

nickt@scapegroup.co.uk

Telephone

+44 1159583200

Country

United Kingdom

NUTS code

UKM - SCOTLAND

National registration number

SC584373

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA26243

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 Scotland Limited is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks and innovative design solutions that are available across Scotland.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scape National Consultancy Framework - Scotland

Reference number

SPS002

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 Scotland Limited (Scape) has established a framework agreement for a four-year duration with an option to extend for a further two years.

Experienced suppliers were 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 were 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 were invited to ITT stage for each Lot. One supplier was 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 (Scotland) 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: £300,000,000

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
  • 71220000 - Architectural design services
  • 71210000 - Advisory architectural 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
  • 71312000 - Structural engineering consultancy services
  • 71315300 - Building surveying services
  • 71320000 - Engineering design 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
  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71700000 - Monitoring and control services
  • 90710000 - Environmental management
  • 71311200 - Transport systems consultancy services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90712000 - Environmental planning
  • 90713000 - Environmental issues consultancy services
  • 71321100 - Construction economics services
  • 71541000 - Construction project management services
  • 79112100 - Stakeholders representation services

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND

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 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.

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 30,000,000 GBP.

two.2.5) Award criteria

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

Quality criterion - Name: Interview / Weighting: 10

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) 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
  • 71312000 - Structural engineering consultancy services
  • 71315300 - Building surveying services
  • 71320000 - Engineering design 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
  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71700000 - Monitoring and control services
  • 90710000 - Environmental management
  • 98113100 - Nuclear safety services
  • 71311200 - Transport systems consultancy services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90713000 - Environmental issues consultancy services
  • 90712000 - Environmental planning
  • 79112100 - Stakeholders representation services
  • 71541000 - Construction project management services
  • 71311300 - Infrastructure works consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND

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 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.

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 20,000,000 GBP.

two.2.5) Award criteria

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

Quality criterion - Name: Interview / Weighting: 10

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) Description

two.2.1) Title

Scape Place Shaping

Lot No

3

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
  • 70310000 - Building rental or sale services
  • 70120000 - Buying and selling of real estate
  • 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
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71315300 - Building surveying services
  • 71410000 - Urban planning services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 79996000 - Business organisation services
  • 90710000 - Environmental management
  • 71311200 - Transport systems consultancy services
  • 90713000 - Environmental issues consultancy services
  • 90712000 - Environmental planning
  • 79112100 - Stakeholders representation services
  • 66140000 - Portfolio management services
  • 66171000 - Financial consultancy services
  • 71321100 - Construction economics services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy 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

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND

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 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.

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 15,000,000 GBP.

two.2.5) Award criteria

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

Quality criterion - Name: Interview / Weighting: 10

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 222-544765


Section five. Award of contract

Lot No

1

Title

Scape Built Environment Consultancy

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 February 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 5

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

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

Faithful + Gould Limited

10 Canning Street

Edinburgh

EH3 8EG

Telephone

+44 0000000000

Fax

+44 0000000000

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
National registration number

2236832

Internet address

https://www.fgould.com/uk-europe/

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £150,000,000

Total value of the contract/lot: £150,000,000


Section five. Award of contract

Lot No

2

Title

Scape Infrastructure Consultancy

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 February 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 4

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

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Arcadis Consulting (UK) Limited

Arcadis House, 34 York Way

London

N1 9AB

Telephone

+44 0000000000

Fax

+44 0000000000

Country

United Kingdom

NUTS code
  • UKI - LONDON
National registration number

02212959

Internet address

https://www.arcadis.com/en/united-kingdom/

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £100,000,000

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


Section five. Award of contract

Lot No

3

Title

Scape Place Shaping

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 February 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 3

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

Ove Arup and Partners Ltd

13Fitzroy Street

London

W1T 4BQ

Telephone

+44 0000000000

Fax

+44 0000000000

Country

United Kingdom

NUTS code
  • UKI - LONDON
National registration number

1312453

Internet address

https://www.arup.com/

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.3) Additional information

(SC Ref:645697)

six.4) Procedures for review

six.4.1) Review body

High Court of Justiciary

1 Mart street

Glasgow

G1 5JT

Telephone

+44 0000000000

Country

United Kingdom

Internet address

http://www.scapegroup.co.uk/

six.4.2) Body responsible for mediation procedures

High Court of Justiciary

1 Mart street

Glasgow

G1 5JT

Telephone

+44 0000000000

Country

United Kingdom