Opportunity

Scape Regional Construction Framework

  • Scape Procure Limited

F02: Contract notice

Notice reference: 2021/S 000-020003

Published 16 August 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Scape Procure Limited

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

NUTS code

UKF14 - Nottingham

National registration number

09955814

Internet address(es)

Main address

https://www.scape.co.uk/live-procurement

Buyer's address

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

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 Regional Construction Framework

Reference number

SCP008

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 4-year duration. Experienced contractors are invited to apply for one (1) of four (4) regions to undertake construction works and services as defined by the NUTS and CPV codes. Each region contains two (2) parallel Lots. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity prior to contract award. A maximum of five (5) bidders will be invited to ITT stage for each of the four (4) regions. One (1) contractor shall be appointed to each lot. 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: £750,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

N/A

two.2) Description

two.2.1) Title

Lot 1 - North West

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire
  • UKF11 - Derby
  • UKF25 - North Northamptonshire
  • UKF12 - East Derbyshire
  • UKF22 - Leicestershire CC and Rutland
  • UKF13 - South and West Derbyshire
  • UKG24 - Staffordshire CC
  • UKG13 - Warwickshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF21 - Leicester
Main site or place of performance

West Northamptonshire,Derby,North Northamptonshire,East Derbyshire,Leicestershire CC and Rutland,South and West Derbyshire,Staffordshire CC,Warwickshire,Leicestershire, Rutland and Northamptonshire,Leicester

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 1 & 2 North West then please use access code BRU4AZ739R

two.2) Description

two.2.1) Title

Lot 2 - North West

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 44200000 - Structural products
  • 31100000 - Electric motors, generators and transformers
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 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
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire
  • UKF11 - Derby
  • UKF25 - North Northamptonshire
  • UKF12 - East Derbyshire
  • UKF22 - Leicestershire CC and Rutland
  • UKF13 - South and West Derbyshire
  • UKG24 - Staffordshire CC
  • UKG13 - Warwickshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF21 - Leicester
Main site or place of performance

West Northamptonshire,Derby,North Northamptonshire,East Derbyshire,Leicestershire CC and Rutland,South and West Derbyshire,Staffordshire CC,Warwickshire,Leicestershire, Rutland and Northamptonshire,Leicester

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 1 & 2 North West then please use access code BRU4AZ739R

two.2) Description

two.2.1) Title

Lot 3 - North East

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKF22 - Leicestershire CC and Rutland
  • UKF14 - Nottingham
  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire
  • UKF30 - Lincolnshire
  • UKF3 - Lincolnshire
  • UKE13 - North and North East Lincolnshire
Main site or place of performance

Leicestershire CC and Rutland,Nottingham,North Nottinghamshire,South Nottinghamshire,Lincolnshire,Lincolnshire,North and North East Lincolnshire

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 3 & 4 North East then please use access code 4YXE7S2362

two.2) Description

two.2.1) Title

Lot 4 - North East

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 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
  • 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
  • 45400000 - Building completion work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45450000 - Other building completion work
  • 45410000 - Plastering work
  • 45430000 - Floor and wall covering work
  • 45420000 - Joinery and carpentry installation work
  • 45440000 - Painting and glazing work
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKF22 - Leicestershire CC and Rutland
  • UKF14 - Nottingham
  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire
  • UKF30 - Lincolnshire
  • UKF3 - Lincolnshire
  • UKE13 - North and North East Lincolnshire
Main site or place of performance

Leicestershire CC and Rutland,Nottingham,North Nottinghamshire,South Nottinghamshire,Lincolnshire,Lincolnshire,North and North East Lincolnshire

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 25,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 3 & 4 North East then please use access code 4YXE7S2362

two.2) Description

two.2.1) Title

Lot 5 - South West

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 45450000 - Other building completion 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
  • 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
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance

Essex,Bedfordshire and Hertfordshire

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £37,500,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 5 & 6 South West then please use access code WBSTKU893Q

two.2) Description

two.2.1) Title

Lot 6 - South West

Lot No

6

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45220000 - Engineering works and construction works
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 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
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance

Essex,Bedfordshire and Hertfordshire

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £37,500,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 5 & 6 South West then please use access code WBSTKU893Q

two.2) Description

two.2.1) Title

Lot 7 - South East

Lot No

7

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 09330000 - Solar energy
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH12 - Cambridgeshire CC
  • UKH14 - Suffolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

Breckland and South Norfolk,Cambridgeshire CC,Suffolk,North and West Norfolk,Norwich and East Norfolk

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £37,500,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 7 & 8 South East please use access code 8X865P4S7T

two.2) Description

two.2.1) Title

Lot 8 - South East

Lot No

8

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 70000000 - Real estate services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 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
  • 45450000 - Other building completion work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 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
  • 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
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH12 - Cambridgeshire CC
  • UKH14 - Suffolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

Breckland and South Norfolk,Cambridgeshire CC,Suffolk,North and West Norfolk,Norwich and East Norfolk

two.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct 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 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, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works 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 0 GBP up to 7,500,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 10,000,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £37,500,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

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

two.2.14) Additional information

This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Regional Construction Framework 2022 - Lots 7 & 8 South East please use access code 8X865P4S7T


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 several operators

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 000-012728

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 December 2021

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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.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 45 212 000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' 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

Lots 1 and 2 do not include Rutland. This has been listed due to NUTS code limitations. Rutland is instead included in Lots 3 and 4.

Lots 3 and 4 do not include Leicestershire. This has been listed due to NUTS code limitations. Leicestershire is instead included in Lots 1 and 2.

Bidders may only complete one (1) PQQ. This is to be for the region they wish to apply for, and will then be considered for both lots within that region. The evaluation process will ensure only the top five (5) highest scoring compliant bidders in each region will be invited to respond to the ITT. One (1) contractor shall be appointed to each lot.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=618372298

GO Reference: GO-2021816-PRO-18745028

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

www.scape.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.4.3) Review procedure

Precise information on deadline(s) for review procedures

This will be undertaken in accordance with the instructions as detailed in the tender documentation.