Scope
Reference
SPC013
Description
Scape Procure Limited (trading as SCAPE) is establishing a framework agreement for the provision of Professional Services and Development advice throughout England, Wales and Northern Ireland.
This framework includes the following services:
- Group A: Built Environment
- Group B: Infrastructure & Utilities
- Group C: Development: Property, Infrastructure, Asset and Organisational Optimisation
- Secondary services
SCAPE establishes a multi-party framework with three (3) Suppliers. The annual turnover requirement for each Bidder (including their Associated Persons, consortium and bidding vehicle members) is 85m GBP per annum excluding VAT. SCAPE designed this framework to facilitate SME engagement via the successful Bidder's supply chain and is also open to accepting bids from consortia or Joint Ventures of which SMEs may form a part.
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 successful delivery partners will be expected to work collaboratively 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 successful delivery partners 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.
There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value.
SCAPE will shortlist the top seven (7) highest scoring bidders at PSQ stage and invite them to tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
Commercial tool
Establishes a framework
Total value (estimated)
- £3,500,000,000 excluding VAT
- £4,200,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2027 to 1 January 2031
- Possible extension to 1 January 2033
- 6 years, 1 day
Description of possible extension:
The 48-month term may be extended if the supplier performs effectively and commercial terms remain favourable for clients.
Main procurement category
Services
CPV classifications
- 66000000 - Financial and insurance services
- 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
- 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
- 70320000 - Land rental or sale 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
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 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
- 72224000 - Project management consultancy services
- 79112100 - Stakeholders representation services
- 79410000 - Business and management consultancy services
- 79412000 - Financial management consultancy services
- 79996000 - Business organisation services
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90712000 - Environmental planning
- 90712300 - Marine conservation strategy planning
- 90713000 - Environmental issues consultancy services
- 98113100 - Nuclear safety services
Contract locations
- 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)
Framework
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
3%
Further information about fees
SCAPE will receive the above levy, which is to be included for in bid rates and charges, from the delivery partners for each commission call-off from the framework. Further information can be found within procurement documentation.
Framework operation description
The framework enables Clients to appoint Delivery Partners for commissions either through a non-competitive call-off using the Objective Mechanism, or through a Competitive Selection Process. Both approaches comply with the Procurement Act 2023 and ensure transparency, fairness and consistency across all partners. Full information regarding the call-off process and objective criteria will be provided to those bidders who progress to tender stage.
1. Objective Mechanism – Non-Competitive Selection
The Objective Mechanism is the route for above-threshold call-offs where Clients wish to award without further competition. It is an automated scoring-based model derived directly from tender (ITT) scores submitted during the original framework procurement.
To determine the outcome Clients select from several criteria groupings (Primary and Secondary), each with rules on permitted combinations and weightings:
Primary Criteria:
· Balanced Award: combined ITT price + quality
· Quality-Led Award: highest ITT quality score
· Price-Led Award: highest ITT price score
· Performance-Led Award: “Achievement of Commitments” (after 12 months)
Secondary Criteria:
Optional additional sub-criteria in areas such as:
· Technical ability
· Social value
· Environmental
· Performance metrics (e.g., Tender Commitments)
· Pricing categories
2. Competitive Selection Process – With Further Competition
Clients may instead choose a competitive process compliant with Procurement Act 2023 section 46.
Permitted Competitive Activities
Clients may select one or more of the following:
· Written Question Submission
· Case Studies
· Interviews
· Behavioural Assessments
All Delivery Partners must be issued the same materials/questions. Participation by Partners is discretionary.
Critical Restriction:
Clients cannot request fee proposals or price submissions during a competitive selection. Pricing evaluation must not be based on any fee proposal. However, Clients may review the commercial model (already tendered at framework stage) as provided via the Framework Agreement following signature of a SCAPE Access Agreement.
3. Contract Award Requirements
Following use of either route (Objective Mechanism or Competitive Selection), Clients must publish:
· Contract Award Notice
· Contract Details Notice On Find a Tender Service (FTS), including partner name, project value and rationale.
Clients then proceed through their own internal governance and due diligence.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The categories of authorities that can use SCAPE’s frameworks include all public bodies and their legal/statutory successors. Please see the links for the full lists: https://scape.co.uk/site-information/framework-usage-eligibility and https://scape.co.uk/site-information/framework-usage-eligibility-utilities
Participation
Legal and financial capacity conditions of participation
Selection criteria as stated in the procurement documents.
Technical ability conditions of participation
Selection criteria as stated in the procurement documents.
Submission
Enquiry deadline
20 March 2026, 2:00pm
Submission type
Tenders
Deadline for requests to participate
27 March 2026, 2:00pm
Submission address and any special instructions
http://www.delta-esourcing.com/. Access code: 4885PSQ7W5.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
20 December 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 70% |
| Cost | Cost | 30% |
Other information
Description of risks to contract performance
SCAPE will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:
— other companies engaged in SCAPE or other frameworks,
— the overall performance of all SCAPE or other frameworks,
— national performance measures where they are available.
The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details will be available in the ITT.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
SCAPE is undertaking the procurement of this framework in two stages. The first stage is the completion of the Selection Questionnaire which is based on the publicly available Procurement Specific Questionnaire (PSQ) and is supplemented by SCAPE specific quality questions. SCAPE will evaluate the bidders PSQ returns, shortlist the seven highest scoring bidders, and invite them to the second stage - the Invitation to tender (ITT). The ITT will comprise both qualitive questions and price evaluation (via the inclusion of a commercial model). Following the evaluation of the ITT SCAPE will award places on the framework to the three highest scoring bidders who provided the Most Advantageous Tenders, based on combined score (Quality and Price). SCAPE reserves the right to refine the criteria during the first stage of the procurement process.
Contracting authority
Scape Procure Limited (trading as SCAPE)
- Public Procurement Organisation Number: PGXY-1142-GYJN
2nd Floor, East West Building, 1 Tollhouse Hill
Nottingham
NG1 5AT
United Kingdom
Region: UKF14 - Nottingham
Organisation type: Public authority - sub-central government