Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Civil Engineering and Infrastructure Framework — England, Northern Ireland and Wales

  • First published: 17 February 2018
  • Last modified: 17 February 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Scape Procure Ltd
Authority ID:
AA49450
Publication date:
17 February 2018
Deadline date:
30 March 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Scape procure wishes to establish a framework agreement for use by or on behalf of public sector bodies (and their respective statutory successors and organisations created as a result of re-organisations or organisational changes). Applications are invited from experienced providers of civil engineering and infrastructure (works and services) who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the provider themselves, through their supply chain or via a consortium/joint venture arrangement.

Scape procure is open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements, however such organisations will be required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with the works/services. 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, social care, leisure, libraries, blue light, health and social care, offices, transport, military, farms, recycling and waste centres, industrial and commercial buildings and other public sector operational buildings and establishments. The works and services will comprise all types of engineering works and construction works. Construction work for pipelines, communication and powerlines, for highways, roads, airfields and railways; flatwork. Construction work for water projects. Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry. Construction work. Site preparation work. Test drilling and boring work. Works for complete or part construction and civil engineering work. Building construction work. Roof works and other special trade construction works. Building installation work. Electrical installation work. Plumbing and sanitary works. Fencing, railing and safety equipment installation work. Mechanical installations. Architectural, construction, engineering and inspection services. Architectural and related services. Engineering services. Urban planning and landscape architectural services. Construction-related services. Technical testing, analysis and consultancy services. Monitoring and control services. Consulting services for water-supply and waste consultancy. Laboratory services. Generating sets. Solar energy. Insulation work.

The provider will be expected to work closely and cooperate with local government and other contracting authorities, in-house and external design consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators.

The public sector bodies to whom the use of this framework agreement will be open, include without limitation, the following contracting authorities commissioning construction (building) works and services in the geographical areas stated in II.1.2) (and any future successors to these organisations):

— Central Government Departments, Public Financial and Non-Financial Corporations — Public Sector Classification Guide, January 2015: http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-390313

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

— Working Links Limited: http://www.workinglinks.co.u

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Scape Procure Limited09955814

7th Floor, Tollhouse Hill, City Gate East,

Nottingham

NG1 5FS

UK

John Simons


+44 1159583200

johns@scapegroup.co.uk

+44 1159583232

http://www.scapeprocure.co.uk

http://www.scapeprocure.co.uk

https://www.delta-esourcing.com

https://www.delta-esourcing.com
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Scape Procure is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks that are available across the United Kingdom.
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Civil Engineering and Infrastructure Framework — England, Northern Ireland and Wales

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance



UKC

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

48

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

1 600 000 000,00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Scape procure wishes to establish a framework agreement for use by or on behalf of public sector bodies (and their respective statutory successors and organisations created as a result of re-organisations or organisational changes). Applications are invited from experienced providers of civil engineering and infrastructure (works and services) who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the provider themselves, through their supply chain or via a consortium/joint venture arrangement.

Scape procure is open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements, however such organisations will be required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with the works/services. 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, social care, leisure, libraries, blue light, health and social care, offices, transport, military, farms, recycling and waste centres, industrial and commercial buildings and other public sector operational buildings and establishments. The works and services will comprise all types of engineering works and construction works. Construction work for pipelines, communication and powerlines, for highways, roads, airfields and railways; flatwork. Construction work for water projects. Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry. Construction work. Site preparation work. Test drilling and boring work. Works for complete or part construction and civil engineering work. Building construction work. Roof works and other special trade construction works. Building installation work. Electrical installation work. Plumbing and sanitary works. Fencing, railing and safety equipment installation work. Mechanical installations. Architectural, construction, engineering and inspection services. Architectural and related services. Engineering services. Urban planning and landscape architectural services. Construction-related services. Technical testing, analysis and consultancy services. Monitoring and control services. Consulting services for water-supply and waste consultancy. Laboratory services. Generating sets. Solar energy. Insulation work.

The provider will be expected to work closely and cooperate with local government and other contracting authorities, in-house and external design consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators.

The public sector bodies to whom the use of this framework agreement will be open, include without limitation, the following contracting authorities commissioning construction (building) works and services in the geographical areas stated in II.1.2) (and any future successors to these organisations):

— Central Government Departments, Public Financial and Non-Financial Corporations — Public Sector Classification Guide, January 2015: http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-390313

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

— Working Links Limited: http://www.workinglinks.co.uk/office_finder/office_directory.aspx

— On 2.7.2012, British Waterways ceased to exist in England and Wales and in its place Canal & River Trust was set-up: https://canalrivertrust.org.uk/about-us/our-regions,

— Local Authorities: http://openlylocal.com/councils/all http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1

— National Parks Authorities: http://www.nationalparks.gov.uk

— Educational establishments across England and Wales maintained by the Department for Education including Academies, Colleges, Free Schools, LA Maintained Schools, Other types, Special Schools, Universities, Welsh Schools:

http://www.education.gov.uk/edubase/public/quickSearchResult.xhtml?myListCount=0

https://www.gov.uk/find-school-in-england

http://schoolsfinder.direct.gov.uk/schoolsfinder

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

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

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

http://search.ucas.com/

https://www.ukrlp.co.uk/

— Social enterprises within culture and leisure: http://www.sporta.org/member-directory

— Police forces in the United Kingdom (including Scotland, Wales and Northern Ireland): http://www.police.uk/?view=force_sites#force_sites

— Fire and Rescue Services (including Scotland, Wales and Northern Ireland): http://www.fireservice.co.uk/information/ukfrs

— NHS Bodies including Acute Trusts, Clinical commissioning groups, Mental Health Trusts, Health and Care Trusts, Ambulance Trusts, Area Teams, Special Health Authorities, Others and NHS property services:

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

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

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

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

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

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

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

— Department of Health Advisory Bodies and Committees: http://www.dh.gov.uk/health/about-us/public-bodies-2/advisory-bodies/

— Hospices in UK including Scotland, Wales and Northern Ireland: http://www.nhs.uk/Service-Search/End-of-life-hospice-services/Location/342 http://www.hauraki.co.uk/hospice_uk/ http://www.nahf.org.uk/hospice-directory.html

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

— Care Quality Commission, independent regulator of health and social care in England.

Care homes: http://www.cqc.org.uk/search/services/care-homes

Mental Health Service:

http://www.cqc.org.uk/search/services/mental-health?location=&latitude=&longitude=&sort=default&la=&distance=15&mode=html

http://www.nhfdirectory.co.uk

— Third Sector and Charities: http://www.charitycommission.gov.uk/find-charities

— Charities in England, http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/SearchMatchList.aspx?RegisteredCharityNumber=0&SubsidiaryNumber=0

— Citizens advice:

http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices

http://www.cas.org.uk/bureaux?distance%5Bsearch_units%5D=mile&distance%5Bpostal_code%5D=scotland&distance%5Bsearch_distance%5D=50

— Welsh Public Bodies, National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities:

http://www.wlga.gov.uk/authorities

http://www.nwales-fireservice.org.uk/about-us/our-service-areas/our-service-areas.aspx?lang=en

http://www.mawwfire.gov.uk/English/Area/Pages/default.aspx

http://www.southwales-fire.gov.uk/English/contactus/whereweare/Fire_Stations/Pages/default.aspx

http://wales.gov.uk/topics/localgovernment/?lang=en

— NHS Wales:

http://www.wales.nhs.uk/nhswalesaboutus/structure

http://www.wales.nhs.uk/ourservices/directory

http://www.nhsdirect.wales.nhs.uk/localservices/maplocalservices.aspx

— Registered Social Landlords: http://wales.gov.uk/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

— Welsh schools: http://wales.gov.uk/statistics-and-research/address-list-of-schools/?lang=en

— Welsh Universities: http://www.uniswales.ac.uk/universities

— Police in Wales:

http://www.south-wales.police.uk/en/

http://www.north-wales.police.uk/about-us.aspx

http://www.dyfed-powys.police.uk/

NI Public Bodies:

— Northern Ireland Government Departments: http://www.northernireland.gov.uk/gov.htm

— Northern Ireland Public Sector Bodies and Local Authorities: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

— Northern Ireland Housing Executive: http://www.nihe.gov.uk/

— Northern Ireland Housing Associations: http://www.nidirect.gov.uk/housing-associations-contact

— Schools in Northern Ireland:

https://www.deni.gov.uk/

http://apps.education-ni.gov.uk/appinstitutes/instmain.aspx

https://www.deni.gov.uk/topics/schools-and-infrastructure/types-schools

http://apps.deni.gov.uk/appinstitutes/instmain.aspx

— Further and Higher Education in Northern Ireland:

https://www.nidirect.gov.uk/contacts/further-education-fe-colleges

https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland

— Health and Social care in Northern Ireland:

http://www.hscboard.hscni.net/

http://www.hscboard.hscni.net/in-your-area/

http://www.nidirect.gov.uk/index/information-and-services/health-and-well-being/health-services.htm

— Police Service of Northern Ireland: http://www.psni.police.uk/index.htm,

— Citizens Advice Northern Ireland:

http://www.citizensadvice.co.uk/en/About-Us/Contact/

http://www.citizensadvice.co.uk/pages/bureaux/

— Northern Ireland Water: https://www.niwater.com/whats-happening-in-your-area/

— Northern Ireland Fire and Rescue Service:

http://www.nifrs.org/about-nifrs/

http://www.nifrs.org/areas-districts/

— Charities: http://www.charitycommissionni.org.uk/charity-search/

— Northern Ireland police forces: https://www.psni.police.uk/my-area/all-districts/

— All other contracting authorities cited by name in Schedule 1 to the Public Contracts Regulations 2015,

— All other contracting authorities cited by class in Schedule 1 to the Public Contracts Regulations 2015,

— NHS is Northern Ireland: http://online.hscni.net/hospitals/

II.1.6)

Common Procurement Vocabulary (CPV)

45220000
45230000
45240000
45250000
45260000
45300000
45310000
45320000
45330000
45340000
45350000
45400000
70112000
71000000
71400000
71200000
71500000
71700000
71300000
71311000
71311100
71322000
71322100
71600000
71900000
71800000
09330000
31121000
45000000
45110000
45120000
45100000
45200000
45210000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The estimated total spend, although not guaranteed, will be approximately 1 600 000 000 GBP and will principally include works for new civil engineering and infrastructure in the following sectors, amongst others: — environmental, engineering, transportation, leisure, recycling and waste, defence, ports, harbours and marine, flood defence and coastal engineering, energy, education, industrial, commercial and other Contracting Authority operational, residential, industrial and commercial assets and any other property, land and related assets owned, rented, leased or developed by any of the Contracting Authorities who may use this framework, or on property, land and related asserts in which any of the Contracting Authorities may have an interest at the time or prospectively. Minor building works may also be required as an incidental part of works primarily comprising civil engineering and infrastructure.

Individual call-off contracts for a Contracting Authority will be from 50 000 GBP and up to an indicative maximum value of 100 000 000 GBP, although this upper limit maybe exceeded for some works.

Estimated value is excluding VAT.

1 600 000 000,00
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The deposits, guarantees or bonds required by the Contracting Authority will be set out in the contract documents.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Tender pricing must be in pounds sterling (GBP). Payments made under the framework agreement awarded will be in pounds sterling (GBP). A management charge in the form of a percentage of the value of each call-off contract awarded under the framework agreement will be levied by the Contracting Authority on the successful provider in order to cover the costs of establishing and managing the framework agreement. Further information will be made available in the invitation to tender documentation and the framework agreement itself. See contract documents for further details.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No special legal form is required, but if a contract is awarded to a consortium or joint venture which is not a legal entity, the framework agreement will require a lead provider to be named which shall accept responsibility for all the obligations of the members and the framework agreement will impose joint and several liability on the consortium/joint venture members.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Description of particular conditions: Other particular conditions will be set out in the contract documents contained in the invitation to tender.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if the requirements are met: Participants will be required to complete a pre-qualification questionnaire (PQQ) available on request from the contact in Section I) See also Regulation 57 of the Public Contracts Regulations 2015.

III.2.2)

Economic and financial capacity


The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.

A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

Economic operators will be required to complete the PQQ including the financial and economic standing requirements as set out in the PQQ. See also Regulation 58 of the Public Contracts Regulations 2015.

Minimum level(s) of standards possibly required: Economic operators will need the minimum annual turnover of 500 000 000 GBP and have submitted their accounts on time and have an acid test ratio of approximately 1:1. Further details are contained in the PQQ.



Economic operators will be required to have the following stated minimum levels of insurance cover, each on an ‘each and every claim basis’:

1. Employers Liability — Minimum 10 000 000 GBP;

2. Public Liability — 10 000 000 GBP;

3. Professional Indemnity — Minimum 5 000 000 GBP; (consequential loss — minimum 1 000 000 GBP).

Where an economic operator does not have the required insurance in place then they may still apply providing that they would be willing to take out the appropriate levels of insurance if successful, (further details are contained in the PQQ).


III.2.3)

Technical capacity


Technical requirements are set out in the PQQ.



See also Regulation 58 of the Public Contracts Regulations 2015.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

6

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality 50
Price 40
Interviews 10

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2017/S 217-452287 11-11-2017

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 30-03-2018

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 28-05-2018

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Some call-offs from this framework may be subject to the requirements of the European structural investment fund (ESIF) comprising the European regional development fund (ERDF), the European social fund in England (ESF) and the Rural development programme for England (RDPE). Therefore, the service provider will need to comply with the funding requirements of the European structural investment fund (ESIF) and associated regulations such as procurement, publicity, eligibility criteria.

Initially, this procurement exercise was divided into 2 lots. however, it has been decided to procure each lot as separate frameworks.

The Contracting Authority and other public bodies interested in utilising the framework arrangements contemplated by this procurement are transforming the manner in which Civils and infrastructure projects are procured and managed. The works may include design and other services as required for Civils and infrastructure, design and build works, regeneration/ repair and maintenance works or construction works.

They will adopt the principles of partnering through the development of longer term relationships through the supply chain, integrated design and construction teams, shared risk/rewards and performance management. The partnering ethos will involve partners selected for their capability and commitment to these principles. It will include target cost setting, open book accounting, shared problem solving and a strong commitment to all aspects of continuous improvement.

A key feature of this approach will be to develop a spirit of mutual trust and teamwork throughout the supply chain. The framework arrangements may be used by public bodies as set out in this notice. To achieve continuity in the availability of a framework arrangement, Scape procure will review future service requirements and capacity regularly to determine when to carry out its next parallel tender exercise in the range stipulated. Note that the PQQ contains important background information and contextual information, together with exclusion clauses relating to the fact that the Contracting Authority may terminate or suspend this procurement at any time, without cost or liability to the Contracting Authority.

The contract conditions will be set out in the invitation to tender documents. Interested companies will be required to complete a pre-qualification questionnaire (PQQ) and companies must demonstrate commitment to partnering including working with clients and their partners, shared problem solving and continuous improvement. Any queries relating to the technical aspect of the works should be made to the contact in I.1) through Delta. A breakdown of the evaluation criteria will be detailed in the tender documents. An indicative procurement timetable is included in the PQQ. The common procurement vocabulary 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. 45310000 is deemed to include 45313000; 45212000 is deemed to include 45212100 and 45212110.

Delta eSourcing.

1. Scape procure is using the Delta eSourcing web-based service to manage this procurement.

2. Suppliers must read through these instructions and follow the process to respond to this opportunity.

3. The information and/or documents for this opportunity are available on: http://delta-esourcing.com/delta You must register on this site to respond for this procurement, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

4. Suppliers must log in, go to Response Manager and add the following access code: 972RDF84BM. Please ensure you follow any instruction provided to you there.

5. The deadline for submitting your response is stated within the Delta eSourcing suite, this contract notice and the PQQ document. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially when uploading documents. Scape Procure will not be held accountable for any errors made by Suppliers in submitting their completed PQQ.

6. If you experience any technical difficulties with the Delta eSourcing suite please contact the Delta eSourcing help desk on +44 8452707050 or email:helpdesk@delta-esourcing.com

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


The High Court of England and Wales

Royal Courts of Justice Strand London WC2 2LL

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006, as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Procurement (Miscellaneous Amendments) Regulations 2011, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30 day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 16-02-2018

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45300000 Building installation work Construction work
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
45000000 Construction work Construction and Real Estate
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45250000 Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry Works for complete or part construction and civil engineering work
71500000 Construction-related services Architectural, construction, engineering and inspection services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
70112000 Development of non-residential real estate Development services of real estate
45310000 Electrical installation work Building installation work
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45340000 Fencing, railing and safety equipment installation work Building installation work
31121000 Generating sets Generators
45320000 Insulation work Building installation work
71900000 Laboratory services Architectural, construction, engineering and inspection services
45350000 Mechanical installations Building installation work
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
45330000 Plumbing and sanitary works Building installation work
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45100000 Site preparation work Construction work
09330000 Solar energy Electricity, heating, solar and nuclear energy
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
45120000 Test drilling and boring work Site preparation work
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
johns@scapegroup.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.