Awarded contract

Scape Construction framework

  • Scape Group Limited

F20: Modification notice

Notice reference: 2024/S 000-006782

Published 4 March 2024, 10:05am



Section one: Contracting authority/entity

one.1) Name and addresses

Scape Group Limited

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Contact

John Simons

Email

Johns@scapegroup.co.uk

Telephone

+44 1159583200

Country

United Kingdom

NUTS code

UKF14 - Nottingham

National registration number

05660357

Internet address(es)

Main address

https://www.scapegroup.co.uk

Buyer's address

http://www.scapegroup.co.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Scape Construction framework

Reference number

SPC007

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.2) Description

two.2.1) Title

Lot 7 - England & Wales - Principal £75m Plus

Lot No

7

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72224000 - Project management consultancy services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 44211100 - Modular and portable buildings
  • 31121000 - Generating sets
  • 45110000 - Building demolition and wrecking work and earthmoving work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKI - London
  • UKH - East of England
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKL - Wales
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
Main site or place of performance

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

two.2.4) Description of the procurement at the time of conclusion of the contract:

The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the Framework or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors, amongst others:— education, housing, social care, leisure, libraries, blue light, health and social care, offices, transport, military, farms, recycling and waste centres, industrial and commercial buildings and other public sector operational buildings and establishments.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

72

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 from this framework may be subject to the requirements of the European funding, Therefore, the framework delivery partner will need to comply with the funding requirements.


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2021/S 191-498540


Section five. Award of contract/concession

Contract No

7

Lot No

7

Title

Lot 7 - England, Wales & Northern Ireland - Principal £75m plus

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

8 September 2021

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

John Sisk & Son (Holdings) Limited

Wilton Works, Naas Road, Clondalkin

Dublin

Dublin 22

Country

Ireland

NUTS code
  • IE - Ireland
National registration number

FC030085

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £1,500,000,000


Section six. Complementary information

six.3) Additional information

This Framework Agreement will be accessible for use by public sector bodies (their statutory successors), corporations established, or a group of individuals appointed to act together as defined by Part 1 of the Public contracts Regulation 2015 or cited by name in Schedule 1 to the Public Contracts Regulations 2015 and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility. The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 45000000, 'Construction Work' is deemed to include 45421000 'Joinery work' and 45421131 'Installation of doors' etc.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=835727313" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=835727313

GO Reference: GO-202434-PRO-25401569

six.4) Procedures for review

six.4.1) Review body

Scape Group Limited

2nd Floor, East West building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Telephone

+44 1159583200

Country

United Kingdom

Internet address

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

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

six.4.4) Service from which information about the review procedure may be obtained

Court of Justice of the European Union

Boulevard Konrad Adenauer, L-2925 Luxemburg

Luxemburg

Country

Luxembourg


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 45000000 - Construction work

seven.1.3) 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
  • 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,NORTH EAST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND)

seven.1.4) Description of the procurement:

Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2020/S 193-467830. The CPV codes used within the original notice still apply. This modification notice is issued solely as confirmation that the 24-month extension to the Framework duration has been utilised by SCAPE.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

72

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£1,500,000,000

seven.1.7) Name and address of the contractor/concessionaire

John Sisk & Son (Holdings) Limited

Wilton Works, Naas Road, Clondalkin

Dublin

Dublin 22

Country

Ireland

NUTS code
  • IE - Ireland
National registration number

FC30085

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This modification notice is issued solely as confirmation that the 24-month extension to the Framework duration has been utilised by SCAPE.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

It was not known at the time of awarding this Lot of the Framework whether the 24-month extension period would be utilised. The decision has now been made to proceed with the formal 24-month extension.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £1,500,000,000

Total contract value after the modifications

Value excluding VAT: £1,500,000,000