Section one: Contracting authority
one.1) Name and addresses
Scape Procure Scotland Ltd
50 Lothian Road, Festival Square
Edinburgh
EH3 9WJ
Contact
Nick Taylor
Telephone
+44 8006696565
Country
United Kingdom
NUTS code
UKM - Scotland
National registration number
SC584373
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA26243
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 electronically via
https://www.delta-esourcing.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
SCAPE Scotland is a public sector owned procurement specialist supplier of framework and procurement solutions.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Professional Services and Development Framework
Reference number
SPS008
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Scape Procure Scotland Limited (trading as SCAPE Scotland) is establishing a framework agreement for the provision of Professional Services and Development throughout Scotland.
Experienced suppliers are invited to apply for one of 2 professional services and development lots for the provision of services within the built environment, infrastructure and development, as defined by the NUTS and CPV codes contained in this notice.
SCAPE Scotland is establishing a framework agreement for the initial period of four (4) years with an option to extend by two (2) years which will run consecutively. The maximum duration is six (6) years which is a subject to the discretion of SCAPE Scotland.
Applications are welcome from companies, consortium or joint ventures. Such parties must form a single legal entity prior to contract award in order to enter into contract. A maximum of 5 bidders will be invited to ITT stage. One supplier shall be appointed to each lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts (Scotland) Regulations 2015 and additionally listed in the published Corrigendum to this notice and online at: https://scape-scotland.co.uk/site-information/framework-usage-eligibility.
Due to character limitations, this Contract Notice will be followed by a Corrigendum to ensure the mention of all public sector bodies eligible to use the Framework.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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:
In the event that SCAPE Scotland receives a single bid - subject to that Bidder having the sufficient combined turnover for both Lots - they may be awarded the full value of both Lots.
two.2) Description
two.2.1) Title
Lot 2 - Professional Services and Development
Lot No
2
two.2.2) Additional CPV code(s)
- 66140000 - Portfolio management services
- 66171000 - Financial consultancy services
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70130000 - Letting services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70310000 - Building rental or sale services
- 70320000 - Land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 71000000 - Architectural, construction, engineering and inspection services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71230000 - Organisation of architectural design contests
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71311230 - Railway engineering services
- 71311240 - Airport engineering services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315300 - Building surveying services
- 71320000 - Engineering design services
- 71321100 - Construction economics services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71324000 - Quantity surveying services
- 71330000 - Miscellaneous engineering services
- 71334000 - Mechanical and electrical engineering services
- 71340000 - Integrated engineering services
- 71350000 - Engineering-related scientific and technical services
- 71354500 - Marine survey services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71610000 - Composition and purity testing and analysis services
- 71620000 - Analysis services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
- 72212421 - Facilities management software development services
- 72212482 - Business intelligence software development services
- 72212490 - Procurement software development services
- 72220000 - Systems and technical consultancy services
- 79112100 - Stakeholders representation services
- 79996000 - Business organisation services
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90712000 - Environmental planning
- 90712300 - Marine conservation strategy planning
- 90713000 - Environmental issues consultancy services
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This Lot is envisaged to include the following services:
- Built Environment consultancy services
- Infrastructure consultancy services
- Strategic Advisory
- Development Management
The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 71500000, construction-related services is deemed to include 71530000, construction consultancy services and 71541000 construction project management services.
At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the majority of the required services directly. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers.
All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement.
Individual commissions called-off under the framework may be as little as 500 GBP or up to 100 000 000 GBP.
The annual turnover requirement for this Lot is anticipated to be 15m GBP per annum.
two.2.5) Award criteria
Quality criterion - Name: Qualitative questions / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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:
SCAPE Scotland will shortlist the top five (5) highest scoring bidders at PQQ stage and invite them to tender.
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: No
two.2.14) Additional information
SCAPE are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com/ (https://www.deltaesourcing.com/) and register there (it is free to do so). 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 following access code:
NNFF9723GT
two.2) Description
two.2.1) Title
Lot 1 - Professional Services and Development
Lot No
1
two.2.2) Additional CPV code(s)
- 66140000 - Portfolio management services
- 66171000 - Financial consultancy services
- 70110000 - Development services of real estate
- 70112000 - Development of non-residential real estate
- 70111000 - Development of residential real estate
- 70120000 - Buying and selling of real estate
- 70130000 - Letting services of own property
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70310000 - Building rental or sale services
- 70320000 - Land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 71000000 - Architectural, construction, engineering and inspection services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71311230 - Railway engineering services
- 71311240 - Airport engineering services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315300 - Building surveying services
- 71320000 - Engineering design services
- 71321100 - Construction economics services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71324000 - Quantity surveying services
- 71330000 - Miscellaneous engineering services
- 71334000 - Mechanical and electrical engineering services
- 71340000 - Integrated engineering services
- 71350000 - Engineering-related scientific and technical services
- 71354500 - Marine survey services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71610000 - Composition and purity testing and analysis services
- 71620000 - Analysis services
- 71700000 - Monitoring and control services
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72212300 - Document creation, drawing, imaging, scheduling and productivity software development services
- 72212421 - Facilities management software development services
- 72212482 - Business intelligence software development services
- 72212490 - Procurement software development services
- 72220000 - Systems and technical consultancy services
- 79112100 - Stakeholders representation services
- 79996000 - Business organisation services
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90712000 - Environmental planning
- 90712300 - Marine conservation strategy planning
- 90713000 - Environmental issues consultancy services
- 98113100 - Nuclear safety services
- 71230000 - Organisation of architectural design contests
- 71242000 - Project and design preparation, estimation of costs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This Lot is envisaged to include the following services:
- Built Environment consultancy services
- Infrastructure consultancy services
- Strategic Advisory
- Development Management
The specific services that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property, infrastructure or related assets in which any of the public sector bodies may have an interest at the time or prospectively.
The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 71500000, construction-related services is deemed to include 71530000, construction consultancy services and 71541000 construction project management services.
At this stage, SCAPE Scotland anticipate awarding one Lot to a single bidding entity, which will be responsible for delivering the majority of the required services directly. The bidding entity will be expected to work collaboratively with public sector clients, in-house and external consultants, contractors and other partner providers.
All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement.
Individual commissions called-off under the framework may be as little as 500 GBP or up to 100 000 000 GBP.
The annual turnover requirement for this Lot is anticipated to be 15m GBP per annum.
two.2.5) Award criteria
Quality criterion - Name: Qualitative questions / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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:
SCAPE Scotland will shortlist the top five (5) highest scoring bidders at PQQ stage and invite them to tender.
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: No
two.2.14) Additional information
SCAPE are using the Delta portal to facilitate this procurement. Interested parties must visit https://www.delta-esourcing.com/ (https://www.deltaesourcing.com/) and register there (it is free to do so). 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 following access code:
NNFF9723GT
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
SCAPE Scotland will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:
— other companies engaged in SCAPE Scotland or other frameworks,
— the overall performance of all SCAPE Scotland or other frameworks,
— national performance measures where they are available.
The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details will be available in the ITT.
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
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
SCAPE Scotland recognises that, as a national framework, it requires considerable investment in people, processes, and systems to create and manage expert, local, and responsive supply chains. The initial 48-month term may be extended by 24 months only if the supplier performs effectively and commercial terms remain favourable for clients.
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: 2025/S 000-047128
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 November 2025
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 March 2026
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
Tender must be valid until: 16 October 2026
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 is not suitable for economic operators that are small or medium enterprises (SMEs).
In compliance with procurement regulations, a draft of both the ITT and the contract, is issued at this stage for information only, although these are substantially complete. The content is under review and may change when the final draft is issued at the conclusion of the PQQ stage to those invited to tender.
SCAPE Scotland will not enter in to any discussions regarding these draft documents or answer any questions on the content of these documents at the PQQ stage.
Shortlisted bidders (maximum of five (5) per lot) will have opportunity to ask clarification questions on the tender documentation during the ITT stage. SCAPE Scotland uses the Delta sourcing eTendering web portal for their procurements and this system will be used for communication, hosting procurement documentation, the PQQ process, and to manage the Tender stage once commenced.
Potential suppliers will be required to register on Delta to download the documentation.
Delta Access Code: NNFF9723GT
Potential suppliers should read this notice carefully and in full.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
SCAPE Scotland has set out performance measures relating to training / recruitment and availability of supply chain opportunities within the framework agreement.
(SC Ref:810810)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court Of Justiciary
1 Mart street
Glasgow
G1 5JT
Country
United Kingdom