Opportunity

Southern Construction Framework 5 (SCF 5)

  • HAMPSHIRE COUNTY COUNCIL
  • Devon County Council

F02: Contract notice

Notice reference: 2022/S 000-022513

Published 16 August 2022, 8:02am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UL

Contact

Angela Timlin

Email

angela.timlin@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.scfframeworks.org.uk

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Email

angela.timlin@hants.gov.uk

Country

United Kingdom

NUTS code

UKK4 - Devon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.scfframeworks.org.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/hampshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Southern Construction Framework 5 (SCF 5)

Reference number

CC16832

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Hampshire County Council and Devon County Council are inviting tenders from suitably capable and qualified contractors, to establish a successor framework to the existing Southern Construction Framework (SCF).

SCF has delivered construction capital projects to over 100 public sector clients across South West England, South East England, and London.

The new SCF will operate for 4 years commencing May 2023.

This opportunity would suit contractors who embrace best practice in early contractor involvement, collaborative working and 'two stage open book contracts' on projects varying in size from £1m to potentially in excess of £200m GBP.

The framework will be available for all types of construction work, construction only or design and construct. The framework will include pre and post contract construction services for the management and development of projects.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

South West England

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

In the counties and authorities of Cornwall, Plymouth, Devon, Torbay, Somerset, Wiltshire, Dorset, Swindon, Gloucestershire, South Gloucestershire, Bristol, Bath, NE Somerset, N Somerset, Bournemouth and Poole.

two.2.4) Description of the procurement

This framework lot will be open to all public sector organisations in South West England for construction works over £4,000,000 in value.

By exception the scope may include projects under £4,000,000. There may potentially be projects in excess of £200m.

The framework will be available for all types of construction work, construct only or design and construct. The framework will include pre and post contract construction services for the management and development of projects procured by mini-competition or direct award.

The main areas of activity will comprise individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations and/or major reinstatement and repairs and/or building site infrastructure works including to a range of buildings across local and central government and other Public Bodies ranging from green field to complex inner city sites. These works may also at times include drainage, roads, flood defence, contamination remediation and laying services infrastructure.

This arrangement will be used for a range of projects to buildings owned or used by Government Departments and Government Agencies as well as other operational establishments and premises used by similar public services providers.

It is intended that the Framework will be able to support grant funded projects.

The framework may at times also be used by non Public Body organisations which may choose to use the framework to comply with conditions associated with the use of Public Funds for these projects.

Works may include any building construction work undertaken by the participating organisations, their facilitating agencies or sub users acting with or on their behalf. Programmes emerging from education providers, the care sector, civic/office developments, leisure, or programmes for police and fire authorities, and major development site infrastructure.

The works can be new build or refurbishment, situated in green-field brown field or complex inner city sites.

They include but are not limited to (as examples):

- libraries,

- social services properties,

- social housing,

- Social care properties,

- schools (including all faith, maintained "Free" schools and Academies),

- museums,

- sport and leisure facilities,

- infrastructure works,

- offices,

- associated enabling works,

- further education colleges,

- public sector developments,

- police service buildings,

- universities,

- fire service buildings,

- transport building/facilities,

- emergency services buildings,

- community buildings,

- health service buildings,

- economic developments

- recipients of grants,

- central government department developments,

- third sector projects,

- extra care housing.

SCF is not intended for the delivery of major civil engineering - only projects, although there may be occasions where projects are delivered with a significant civil engineering element.

Construction companies selected to join the Southern Construction Framework will be expected to be highly competent in terms of working collaboratively, working very closely and openly with SCF client organisations and other partners and providing clear project support throughout the 'pre construction period'.

SCF will follow the principles and practice of the Government Construction Strategy (2011), the Industrial Strategy for Construction (Construction 2025), Construction Playbook (2020) and guidance to new models of construction procurement, specifically Two Stage Open Book, which was published in January 2014 (Link below).

https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/275722/Two_Stage_Open_Book_Guidance.pdf

The Authority will appoint up to 10 of the top scoring suppliers to this Lot. However, in the event that two or more suppliers score equally at 10th place, or within 0.5% of the 10th placed supplier, then the Authority will appoint both / all 10th place ranked suppliers and those within 0.5% of the 10th placed supplier, to the framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,100,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is intended to renew the framework every 4 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please go to the SCF website https://scfframeworks.org.uk/

two.2) Description

two.2.1) Title

South East England

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

In the counties and authorities of South East England, to include Berkshire, Buckinghamshire, Oxfordshire, Surrey, East and West Sussex, Hampshire, Isle of Wight and Kent. Additionally Bedfordshire, & Thurrock and Southend

two.2.4) Description of the procurement

This framework will be open to all public sector organisations in South East England for construction works over £4,000,000. in value.

By exception the scope may include projects under £4,000,000. in value. There may potentially be projects in excess of £200m.

The framework will be available for all types of construction work, construct only or design and construct. The framework will include pre and post contract construction services for the management and development of projects procured by mini-competition or direct award.

The main areas of activity will comprise individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations and/or major reinstatement and repairs and/or building site infrastructure works including to a range of buildings across local and central government and other Public Bodies ranging from green field to complex inner city sites. These works may also at times include drainage, roads, flood defence, contamination remediation and laying services infrastructure.

This arrangement will be used for a range of projects to buildings owned or used by Government Departments and Government Agencies as well as other operational establishments and premises used by similar public services providers.

It is intended that the Framework will be able to be fully utilised for projects funded by national and European grants.

The framework may at times also be used by non Public Body organisations which may need to use the framework to comply with conditions associated with the use of Public Funds for these projects.

Works may include any building construction work undertaken by the participating organisations, their facilitating agencies or sub users acting with or on their behalf. Programmes are emerging from, major schools and further education programmes, the care sector, civic office developments, leisure, or programmes for police and fire authorities, and major development site infrastructure.

The works can be new build or refurbishment, situated in green-field brown field or complex inner city sites.

They include but are not limited to (as examples):

- libraries,

- social services properties,

- social housing,

- Social care properties,

- schools (including all faith, maintained "Free" schools and Academies),

- museums,

- sport and leisure facilities,

- infrastructure works,

- offices,

- associated enabling works,

- further education colleges,

- new public sector housing developments,

- police service buildings,

- universities,

- fire service buildings,

- transport building/facilities,

- emergency services buildings,

- community buildings,

- health service buildings,

- Economic developments,

- Recipients of local authority, regional, national or European grants,

- Central government department developments,

- Third sector projects,

- Extra care housing.

Exclusively major civil engineering works such as highways, major bridges or coastal works will not be included (unless as part of enabling works aligned with a significant SCF projects).

Construction companies selected to join the Southern Construction Framework will be expected to be highly competent in terms of working collaboratively, working very closely and openly with established client organisations and other partners and providing clear project support throughout the 'pre construction period'.

SCF will follow the principles and practice of the Government Construction Strategy (2011), the Industrial Strategy for Construction (Construction 2025),and guidance to new models of construction procurement, specifically Two Stage Open Book, which was published in January 2014 (Link below).

https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/275722/Two_Stage_Open_Book_Guidance.pdf

The Authority will appoint up to 8 of the top scoring suppliers to this Lot. However, in the event that two or more suppliers score equally at 8th place, or within 0.5% of the 8th placed supplier, then the Authority will appoint both / all 8th place ranked suppliers and those within 0.5% of the 8th placed supplier, to the framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is intended to renew the framework every 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please go to the SCF website: https://scfframeworks.org.uk/

two.2) Description

two.2.1) Title

London

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

In the districts and boroughs of London; Inner London - West, Inner London - East, Outer London - East and North East, Outer London - South, Outer London - West and North West.

two.2.4) Description of the procurement

This framework will be open to all public sector organisations in London for construction works over £4,000,000. in value.

By exception the scope may include projects under £4,000,000. in value. There may potentially be projects in excess of £200m.

The framework will be available for all types of construction work, construct only or design and construct. The framework will include pre and post contract construction services for the management and development of projects procured by mini-competition or direct award.

The main areas of activity will comprise individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations and/or major reinstatement and repairs and/or building site infrastructure works including to a range of buildings across local and central government and other Public Bodies ranging from green field to complex inner city sites. These works may also at times include drainage, roads, flood defence, contamination remediation and laying services infrastructure.

This arrangement will be used for a range of projects to buildings owned or used by Government Departments and Government Agencies as well as other operational establishments and premises used by similar public services providers.

It is intended that the Framework will be able to be fully utilised for projects funded by national and European grants.

The framework may at times also be used by non Public Body organisations which may need to use the framework to comply with conditions associated with the use of Public Funds for these projects.

Works may include any building construction work undertaken by the participating organisations, their facilitating agencies or sub users acting with or on their behalf.

Programmes are emerging from, major schools and further education programmes, the care sector, civic office developments, leisure, or programmes for police and fire authorities, and major development site infrastructure.

The works can be new build or refurbishment, situated in green-field brown field or complex inner city sites.

They include but are not limited to (as examples):

- libraries,

- social services properties,

- social housing,

- Social care properties,

- schools (including all faith, maintained "Free" schools and Academies),

- museums,

- sport and leisure facilities,

- infrastructure works,

- offices,

- associated enabling works,

- further education colleges,

- new public sector housing developments,

- police service buildings,

- universities,

- fire service buildings,

- transport building/facilities,

- emergency services buildings,

- community buildings,

- health service buildings,

- Economic developments

- Recipients of local authority, regional, national or European grants,

- Central government department developments,

- Third sector projects,

- Extra care housing.

Exclusively major civil engineering works such as highways, major bridges or coastal works will not be included (unless as part of enabling works aligned with a significant SCF projects).

Construction companies selected to join the Southern Construction Framework will be expected to be highly competent in terms of working collaboratively, working very closely and openly with established client organisations and other partners and providing clear project support throughout the 'pre construction period'.

SCF will follow the principles and practice of the Government Construction Strategy (2011), the Industrial Strategy for Construction (Construction 2025),and guidance to new models of construction procurement, specifically Two Stage Open Book, which was published in January 2014 (Link below).

https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/275722/Two_Stage_Open_Book_Guidance.pdf

The Authority will appoint up to 8 of the top scoring suppliers to this Lot. However, in the event that two or more suppliers score equally at 8th place, or within 0.5% of the 8th placed supplier, then the Authority will appoint both / all 8th place ranked suppliers and those within 0.5% of the 8th placed supplier, to the framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework is renewed every 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please go to the SCF website: https://scfframeworks.org.uk/

two.2) Description

two.2.1) Title

West Region of SW England

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
Main site or place of performance

In the counties and authorities of Cornwall, Plymouth, Devon, Torbay and Somerset.

two.2.4) Description of the procurement

This framework will be open to all public sector organisations in South West region of South West England for construction works from £1,000,000. up to

£5,000,000. in value.

By exception the scope may include projects under £1,000,000.

The framework will be available for all types of construction work, construct only or design and construct. The framework will include pre and post contract construction services for the management and development of projects procured via mini-competition or by direct award.

The main areas of activity will comprise individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations and/or major reinstatement and repairs and/or building site infrastructure works including to a range of buildings across local and central government and other Public Bodies ranging from green field to complex inner city sites.

These works may also at times include drainage, roads, flood defence, contamination remediation and laying services infrastructure.

This arrangement will be used for a range of projects to buildings owned or used by Government Departments and Government Agencies as well as other operational establishments and premises used by similar public services providers.

It is intended that the Framework will be able to be fully utilised for projects funded by national and European grants.

The framework may at times also be used by non Public Body organisations which may need to use the framework to comply with conditions associated with the use of Public Funds for these projects.

Works may include any building construction work undertaken by the participating organisations, their facilitating agencies or sub users acting with or on their behalf.

Typical projects will comprise construction of / alterations to schools, college and university buildings, leisure buildings, fire and police buildings, civic offices and facilities, health facilities, charity sector buildings and local government buildings.

The scope may include incidental project related civils works, for example access roads, car parks, multi storey car parks, retaining structures; and ancillary projects to a development.

Exclusively major civil engineering works such as highways, major bridges or coastal works will not be included (unless as part of enabling works aligned with a significant SCF projects).

Construction companies selected to join the Southern Construction Framework will be expected to be highly competent in terms of working collaboratively, working very closely and openly with established client organisations and other partners and providing clear project support throughout the 'pre construction period'.

SCF will follow the principles and practice of the Government Construction Strategy (2011), the Industrial Strategy for Construction (Construction 2025),and guidance to new models of construction procurement, specifically Two Stage Open Book, which was published in January 2014 (Link below).

https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/275722/Two_Stage_Open_Book_Guidance.pdf

The Authority will appoint up to 6 of the top scoring suppliers to this Lot. However, in the event that two or more suppliers score equally at 6th place, or within 0.5% of the 6th placed supplier, then the Authority will appoint both / all 6th place ranked suppliers and those within 0.5% of the 6th placed supplier, to the framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework is renewed every 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please go to the SCF website: https://scfframeworks.org.uk/

two.2) Description

two.2.1) Title

East Region of SW England

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
  • UKK13 - Gloucestershire
  • UKK14 - Swindon
  • UKK15 - Wiltshire CC
  • UKK23 - Somerset
  • UKK24 - Bournemouth, Christchurch and Poole
  • UKK25 - Dorset
Main site or place of performance

In the counties and authorities of Bristol, Bath, NE Somerset, N Somerset, South Gloucestershire, Gloucestershire, Swindon, Wiltshire, Somerset, Bournemouth, Christchurch and Poole, and Dorset.

two.2.4) Description of the procurement

This framework will be open to all public sector organisations in North East region of South West England for construction works from £1,000,000. up to £5,000,000. in value.

By exception the scope may include projects under £1,000,000.

The framework will be available for all types of construction work, construct only or design and construct. The framework will include pre and post contract construction services for the management and development of projects procured via mini-competition or by direct award.

The main areas of activity will comprise individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations and/or major reinstatement and repairs and/or building site infrastructure works including to a range of buildings across local and central government and other Public Bodies ranging from green field to complex inner city sites.

These works may also at times include drainage, roads, flood defence, contamination remediation and laying services infrastructure.

This arrangement will be used for a range of projects to buildings owned or used by Government Departments and Government Agencies as well as other operational establishments and premises used by similar public services providers.

It is intended that the Framework will be able to be fully utilised for projects funded by national and European grants.

The framework may at times also be used by non Public Body organisations which may need to use the framework to comply with conditions associated with the use of Public Funds for these projects.

Works may include any building construction work undertaken by the participating organisations, their facilitating agencies or sub users acting with or on their behalf.

Typical projects will comprise construction of / alterations to schools, college and university buildings, leisure buildings, fire and police buildings, civic offices and facilities, health facilities, charity sector buildings and local government buildings.

The scope may include incidental project related civils works, for example access roads, car parks, multi storey car parks, retaining structures; and ancillary projects to a development.

Exclusively major civil engineering works such as highways, major bridges or coastal works will not be included (unless as part of enabling works aligned with a significant SCF projects).

Construction companies selected to join the Southern Construction Framework will be expected to be highly competent in terms of working collaboratively, working very closely and openly with established client organisations and other partners and providing clear project support throughout the 'pre construction period'.

SCF will follow the principles and practice of the Government Construction Strategy (2011), the Industrial Strategy for Construction (Construction 2025),and guidance to new models of construction procurement, specifically Two Stage Open Book, which was published in January 2014 (Link below).

https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/275722/Two_Stage_Open_Book_Guidance.pdf

The Authority will appoint up to 6 of the top scoring suppliers to this Lot. However, in the event that two or more suppliers score equally at 6th place, or within 0.5% of the 6th placed supplier, then the Authority will appoint both / all 6th place ranked suppliers and those within 0.5% of the 6th placed supplier, to the framework.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This framework is renewed every 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please go to the SCF website: https://scfframeworks.org.uk/


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

Bidders must comply with the On Line Stage 1 Questionnaire

Various additional pass fail criteria apply as listed below (including but not limited to):

Provide either Parent Company Guarantee / Performance Bond

Compliance with Modern Slavery Act (if applicable company)

Insurance - Minimum Standard of 10m GBP Public Liability, 10m GBP Employers Liability, £5m Professional Indemnity, plus Provision of Additional Insurance Upon Request

Minimum Turnover Requirement of 30m GBP per annum for Lots 1, 2, and 3

Minimum Turnover Requirement of 10m GBP per annum for Lots 4 and 5.

Agree to Continuous Gold Accreditation (ACDC Gold or alternative) if appointed to framework

Agree to Framework Charging Model

Agree to comply with SCF Charters;

Agree to use Project Bank Account if requested

Agree to comply with Equalities Regulations

Health and Safety (question set to be completed if no relevant current SSIP accreditations)

BIM

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

Please refer to the procurement documentation.


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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 38

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: 2022/S 000-012519

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

Date

13 October 2022

Local time

2:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 November 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This framework is intended to be renewed every 4 years.

six.3) Additional information

Interested parties should register their interest in the framework via the InTend website https://in-tendhost.co.uk/hampshire and complete and submit the tender return documents together with any supporting information requested, by no later than the closing date indicated as IV.2.2).

How to obtain the tender documents:

The tender documents can be accessed when logged into InTend by selecting 'View Details' on the relevant tender advert and clicking 'Express Interest' tab. Once in the tender there are five tabs: 'Tender', 'ITT - documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT - documents) where you will find useful information under 'Tender Details' continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents.

Opting in and out:

Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response.

The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option to declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision.

You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'.

Please note, you are required to 'Opt In' to view and complete the on-line Stage 1 Questionnaire, and either or both of the Stage 2 Lot Specific Quality Questionnaires (Stage 2 Quality Questionnaire for Lots 1, 2, and 3 and/or Stage 2 Quality Questionnaire for Lots 4 and 5). If you only wish to apply for Lots 1, 2, and 3, you will need to select 'No' for the Stage 2 Quality Questionnaire for Lots 4 and 5. If you only wish to apply for Lots 4 or 5, you will need to select 'No' for the Stage 2 Quality Questionnaire for Lots 1, 2, and 3. Failure to deselect the Quality Questionnaire for the Lot or Lots you do not wish to apply for will prevent you for submitting your tender return.

You can apply for as many lots as you wish.

The framework is open to all public sector organisations within the specified geographic area which broadly covers:

1) Greater London

2) The South East of England (including Herts, Beds, Thurrock and Southend)

3) The South West of England

4) and as defined by the NUTS codes in Section II.1.2 of this notice.

To include (but are not limited to):

Local Authorities include all County, City, District and Borough Councils, London Borough and London public sector organisations

https://www.gov.uk/find-local-council

Central Government Department and Agencies https://www.gov.uk/government/organisations#agencies-and-public-bodies

Government Departments, agencies and public bodies https://www.gov.uk/government/organisations

Educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments).

http://www.schoolswebdirectory.co.uk/

https://www.gov.uk/government/organisations/department-for-education

https://www.gov.uk/school-performance-tables

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://search.ucas.com/

National Parks Authorities https://www.nationalparks.uk

Social Enterprises https://www.socialenterprise.org.uk

Registered Providers of Social Housing https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

https://www.gov.uk/government/organisations/homes-england

Police Forces http://www.police.uk

https://www.gov.uk/police-and-crime-commissioners

Fire and Rescue Services http://www.fireservice.co.uk/information/ukfrs

NHS Bodies England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk/

http://www.charitycommissionni.org.uk/

Local Enterprise Partnerships (LEP's)

Public Service providers e.g. General Practitioners' Surgeries

https://www.nhs.uk/service-search/find-a-gp

Greater London Authority Group: Transport for London, London Fire and Emergency Planning Association, London Fire Brigade, Mayor's Office for Policing and Crime, Royal Parks and any subsequent body included in the GLA group https://www.london.gov.uk

Police and Emergency Services in Greater London.

The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons - Houses of Parliament.

Successor organisations to those identified above and their subsidiaries.

The Framework can be used for projects funded by national and European grants.

The framework may be used by non Public Body organisations which may need to use the framework to comply

with conditions associated with the use of Public funds for these projects.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom