Contract

SCAPE Utilities Consultancy Services Framework EWNI

  • Scape Procure Limited (trading as SCAPE)

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-015448

Procurement identifier (OCID): ocds-h6vhtk-0401b4

Published 15 May 2024, 2:05pm



Section one: Contracting entity

one.1) Name and addresses

Scape Procure Limited (trading as SCAPE)

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Contact

Nick Taylor

Email

nickt@scape.co.uk

Telephone

+44 1159583200

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

09955814

Internet address(es)

Main address

https://www.scape.co.uk/

Buyer's address

https://www.scape.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.6) 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 Utilities Consultancy Services Framework EWNI

Reference number

SCP011

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 Ltd (SCAPE) has established a framework agreement for a SIX (6) year duration. The initial period will run for four (4) years with an option to extend by a two (2) year period which will run consecutively. Experienced suppliers were invited to apply for civil engineering, construction and infrastructure consultancy services as defined by the NUTS and CPV codes contained in this notice.

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: £750,000,000

two.2) Description

two.2.1) Title

Lot 1 - Civil Engineering and Construction Consultancy Services for Utilities

Lot No

1

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71230000 - Organisation of architectural design contests
  • 71220000 - Architectural design services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 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
  • 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
  • 79112100 - Stakeholders representation services
  • 79996000 - Business organisation services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90700000 - Environmental services
  • 90713000 - Environmental issues consultancy services
  • 98113100 - Nuclear safety services
  • 66140000 - Portfolio management services
  • 66171000 - Financial consultancy services
  • 70110000 - Development services of real estate
  • 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
  • 90710000 - Environmental management
  • 90712000 - Environmental planning
  • 90712300 - Marine conservation strategy planning
  • 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
  • 71324000 - Quantity surveying services

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
  • UKN - Northern Ireland
  • 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,NORTHERN IRELAND,NORTH EAST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services 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 utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services. Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250,000,000 GBP plus.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

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: Yes

Identification of the project

Some call-offs may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.

two.2.14) 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. 71 000 000, 'Architectural, Construction, Engineering and inspection services' is deemed to include 71 210 000, 'Advisory Architectural services' and 71 220 000 Architectural design services' etc.

two.2) Description

two.2.1) Title

Lot 2 - Civil Engineering and Construction Consultancy Services for Utilities

Lot No

2

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 71240000 - Architectural, engineering and planning services
  • 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
  • 79112100 - Stakeholders representation services
  • 79996000 - Business organisation services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90700000 - Environmental services
  • 90713000 - Environmental issues consultancy services
  • 98113100 - Nuclear safety services
  • 66140000 - Portfolio management services
  • 66171000 - Financial consultancy services
  • 70110000 - Development services of real estate
  • 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
  • 90710000 - Environmental management
  • 90712000 - Environmental planning
  • 90712300 - Marine conservation strategy planning
  • 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
  • 71230000 - Organisation of architectural design contests
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71210000 - Advisory architectural services

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
  • UKN - Northern Ireland
  • 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,NORTHERN IRELAND,NORTH EAST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The services will comprise all types of construction, civil engineering, and infrastructure consultancy services. The specific services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of services 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 utilities eligible to use the Framework, or on property or related assets in which any of the utilities may have an interest or prospectively and may include construction, civil engineering and infrastructure consultancy commissions in the following sectors amongst others: Gas and Heat, Electricity, Water, Nuclear, Ports, Airports, and Transport services. Lot one value is 375,000,000 GBP over six years or 62,500,000 GBP per annum. Commissions called off from the framework will be valued from 0 GBP to 250,000,000 GBP plus.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

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: Yes

Identification of the project

Some call-offs may be subject to legacy European Union funding requirements, however there may be projects called off from this framework that are subject to the requirements of the UKSPF.

two.2.14) 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. 71 000 000, 'Architectural, Construction, Engineering and inspection services' is deemed to include 71 210 000, 'Advisory Architectural services' and 71 220 000 Architectural design services' etc.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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: 2023/S 000-027524


Section five. Award of contract

Lot No

1

Title

Lot 1 - Civil Engineering and Construction Consultancy Services for Utilities

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 May 2024

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: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AtkinsRéalis PPS Ltd

Woodcote Grove,, Ashley Road,, Surrey,

Epsom,

KT18 5BW

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
National registration number

02236832

The contractor is an SME

No

five.2.3) Name and address of the contractor

Arcadis Consulting (UK) Limited

80 Fenchurch Street,

London,

EC3M 4BY

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

02212959

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: £375,000,000

Total value of the contract/lot: £375,000,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Civil Engineering and Construction Consultancy Services for Utilities

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 April 2024

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: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Perfect Circle JV Limited

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.2.3) Name and address of the contractor

Pick Everard

Halford House,, Charles Street,

Leicester,

LE1 1HA

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
National registration number

N/A

The contractor is an SME

No

five.2.3) Name and address of the contractor

Aecom

Aldgate Tower,, 2 Leman Street,

London,

E1 8FA

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

01846493

The contractor is an SME

No

five.2.3) Name and address of the contractor

Gleeds Cost Management Limited

95 New Cavendish Street,

London,

W1W 6XF

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

06472932

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: £375,000,000

Total value of the contract/lot: £375,000,000


Section six. Complementary information

six.3) Additional information

Scape Procure Limited (“Scape”) is a contracting authority and central purchasing body within the meaning of the Utilities Contracts Regulations 2016 (the “Regulations”). In accordance with Regulation 55(11), procurement carried out by Scape in order to perform its centralised purchasing activities (which includes the conclusion of framework agreements for works, supplies or services intended for a utility) is deemed to be procurement for the pursuit of an activity referred to in Regulations 9 to 15. While there is no guarantee or commitment of any kind, Peel Ports Investments Limited and it’s Group of Companies including its Statutory Harbour Authorities are included as potential users and beneficiaries of any framework concluded under this procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=844295567

GO Reference: GO-2024515-PRO-26050091

six.4) Procedures for review

six.4.1) Review body

SCAPE Group Ltd

2nd Floor, East West building, Tollhouse Hill

Nottingham

NG1 5AT

Country

United Kingdom

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