Section one: Contracting authority
one.1) Name and addresses
Scape Procure Limited (trading as SCAPE)
2nd Floor, East West Building, 1 Tollhouse Hill
Nottingham
NG1 5AT
Contact
John Simons
Telephone
+44 1159583200
Country
United Kingdom
NUTS code
UKF14 - Nottingham
National registration number
09955814
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
SCAPE is a public sector owned, built environment specialist supplier of framework solutions.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SCAPE Civil Engineering Framework - EWNI
Reference number
SCP009
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Scape Procure Ltd (SCAPE) wishes to establish a framework agreement for a four (4) year duration with an option to extend for a further two (2) years.
Experienced suppliers are invited to apply for civil engineering and infrastructure works and services as defined by the NUTS and CPV codes contained in this notice. Applications are welcome from consortia, joint ventures. Such parties must form a single legal entity to contract with prior to contract award, if successful. A maximum of five (5) bidders will be invited to ITT stage. SCAPE will appoint a single supplier to the framework.
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.scape.co.uk/site-information/framework-usage-eligibility
two.1.5) Estimated total value
Value excluding VAT: £3,250,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45120000 - Test drilling and boring work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 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
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71300000 - Engineering 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
- 45314000 - Installation of telecommunications equipment
- 45220000 - Engineering works and construction works
- 45234100 - Railway construction works
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 works will comprise all types of civil engineering and infrastructure works and associated services and may include design and other services as required to design, develop and realise the works. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works 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 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:— roads, highways, rail, coastal and flood protection, mechanical and
electrical engineering, ground investigation, defence and nuclear.
Projects called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus.
Bidders must be able to demostrate an annual turnover in excess of 500 000 000 GBP.
two.2.5) Award criteria
Quality criterion - Name: ITT Quality questionnaire / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £3,250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
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: Yes
Identification of the project
Some call-offs may be subject to the requirements of the European funding, however, this requirement also includes any successor bodies funding requirements that the UK Government may introduce.
two.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, simply use your existing username and password.
Log in, go to Response manager, and add the following access code: N79M82ENFU
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 PQQ and supporting procurement documentation in accordance with regulation 2 of the PCR's 2015.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Further information will be made available in the Invitation to tender documentation and the framework agreement itself. See contract documents for further details.
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
Framework agreement with a single operator
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.
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: 2021/S 000-031042
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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. 45 000 000, 'Construction Work' is deemed to include 45 200 000, 'Works for complete or part construction and civil engineering work' and 45 233 100 'Construction work for Highways, roads' etc.
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.scape.co.uk/site-information/framework-usage-eligibility
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663142096
GO Reference: GO-2022215-PRO-19654354
six.4) Procedures for review
six.4.1) Review body
SCAPE Group Ltd
2nd Floor, East West building, Tollhouse Hill
Nottingham
NG1 5AT
Telephone
+44 1159583200
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
The High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom