Section one: Contracting authority
one.1) Name and addresses
Scape Procure Limited
2nd Floor, East West Building, 1 Tollhouse Hill
Nottingham
NG1 5AT
Contact
John Simons
Telephone
+44 1159583200
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
09955814
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 Civil Engineering Framework - EWNI
Reference number
SCP009
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) have established a framework agreement for an initial period of four (4) years expiring 21/11/2026 with an option to extend for a further two (2) years ending 21/11/2028. Experienced suppliers were invited to apply for civil engineering and infrastructure works and services as defined by the NUTS and CPV codes contained in this notice. A maximum of five (5) bidders were invited to ITT stage. SCAPE appointed a single supplier to the framework. 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,250,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45120000 - Test drilling and boring work
- 45200000 - Works for complete or part construction and civil engineering work
- 45210000 - Building construction work
- 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
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71300000 - Engineering 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
- 45314000 - Installation of telecommunications equipment
- 45220000 - Engineering works and construction works
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKL - Wales
- UKJ - South East (England)
- UKK - South West (England)
- UKN - Northern Ireland
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTHERN IRELAND,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
The works will comprise all types of civil engineering and infrastructure works and associated services and may include design and other services as required to design, develop and realise 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 required may include those services identified by Common Procurement Vocabulary (CPV) codes on or in connection with any land or property and related asset owned, rented, leased or developed by any of the 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:— roads, highways, rail, coastal and flood protection, mechanical and electrical engineering, ground investigation, defence and nuclear. Projects called off from the framework will be valued from 0 GBP to 250 000 000 GBP plus. Bidders were required demostrate an annual turnover in excess of 500 000 000 GBP.
two.2.5) Award criteria
Quality criterion - Name: ITT Quality questionnaire / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Some call-offs may be subject to the requirements of the European funding, however, this requirement also includes the requirements of the UK Government’s UK Shared Prosperity Fund (UKSPF).
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
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 000-004269
Section five. Award of contract
Contract No
SCP009
Title
SCAPE Civil Engineering and Infrastructure - England, Wales and Northern Ireland
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 September 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Balfour Beatty Civil Engineering Limited (registration number 04482405) acting as agent of Balfour Beatty Group Limited (registration number 00101073)
5 Churchhill Place, Canary Wharf
London
E14 5HU
Country
United Kingdom
NUTS code
- UKI - London
National registration number
04482405
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,250,000,000
Total value of the contract/lot: £3,250,000,000
Section six. Complementary information
six.3) Additional information
The CPV codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 45 000 000, 'Construction Work' is deemed to include 45 200 000, 'Works for complete or part construction and civil engineering work' and 45 233 100 'Construction work for Highways, roads' etc.
Balfour Beatty Civil Engineering Limited (registration number 04482405) acting as agent of Balfour Beatty Group Limited (registration number 00101073), whose registered office is at 5 Churchill Place, Canary Wharf, London E14 5HU
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=742547000" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=742547000
GO Reference: GO-2022127-PRO-21675125
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
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