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 Award Notice

Scape Regional Construction Framework

  • First published: 09 September 2022
  • Last modified: 09 September 2022
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-02b929
Published by:
Scape Procure Limited
Authority ID:
AA81077
Publication date:
09 September 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Scape Procure Limited

09955814

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

UK

Contact person: Nick Taylor

Telephone: +44 1159583200

E-mail: nickt@scape.co.uk

NUTS: UKF14

Internet address(es)

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

Address of the buyer profile: https://www.scape.co.uk/about

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Scape is a public sector owned, built environment specialist supplier of framework solutions.

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Scape Regional Construction Framework

Reference number: SCP008

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Scape Procure Ltd (Scape) have established a framework agreement with a 4-year duration. Experienced contractors were invited to apply for one (1) of four (4) regions to undertake construction works and services as defined by the NUTS and CPV codes. Each region contains two (2) parallel Lots. Applications were welcomed from consortia, joint ventures etc. Such parties were required to form a single legal entity prior to contract award. A maximum of five (5) bidders were invited to ITT stage for each of the four (4) regions. One (1) contractor was appointed to each lot. This Framework Agreement will be accessible for use by public sector bodies and 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

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 750 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - North West

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKF24

UKF11

UKF25

UKF12

UKF22

UKF13

UKG24

UKG13

UKF2

UKF21


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 2

II.2.1) Title

Lot 2 - North West

II.2.2) Additional CPV code(s)

45000000

09330000

44200000

31100000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45216000

45215000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKF24

UKF11

UKF25

UKF12

UKF22

UKF13

UKG24

UKG13

UKF2

UKF21


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments. All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP. Bidders applying for this Lot were required to have a minimum annual turnover of 25,000,000 GBP.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 3

II.2.1) Title

Lot 3 - North East

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKF22

UKF14

UKF15

UKF16

UKF30

UKF3

UKE13


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 4

II.2.1) Title

Lot 4 - North East

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45216000

45213000

45214000

45215000

45220000

45230000

45240000

45250000

45260000

45300000

45400000

45310000

45320000

45330000

45340000

45350000

45450000

45410000

45430000

45420000

45440000

50700000

50800000

70110000

70111000

70112000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

71200000

II.2.3) Place of performance

NUTS code:

UKF22

UKF14

UKF15

UKF16

UKF30

UKF3

UKE13


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 5

II.2.1) Title

Lot 5 - South West

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45450000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71400000

71314000

71314300

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKH3

UKH2


Main site or place of performance:

Essex,Bedfordshire and Hertfordshire

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 6

II.2.1) Title

Lot 6 - South West

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45220000

45211000

45212000

45213000

45214000

45215000

45216000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKH3

UKH2


Main site or place of performance:

Essex,Bedfordshire and Hertfordshire

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 7

II.2.1) Title

Lot 7 - South East

II.2.2) Additional CPV code(s)

45000000

31100000

44200000

09330000

50000000

70000000

71000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKH17

UKH12

UKH11

UKH14

UKH16

UKH15


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 8

II.2.1) Title

Lot 8 - South East

II.2.2) Additional CPV code(s)

45000000

09330000

31100000

44200000

50000000

71000000

70000000

79000000

44211100

45100000

45110000

45120000

45200000

45210000

45211000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45450000

45420000

45430000

45440000

50700000

50800000

70110000

70111000

70112000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

79993000

79993100

II.2.3) Place of performance

NUTS code:

UKH17

UKH12

UKH11

UKH14

UKH16

UKH15


Main site or place of performance:

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

II.2.4) Description of the procurement

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: education, housing, blue light, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

All contract performance will be monitored using a set of comprehensive performance indicators. Works and Services shall be delivered by the contractor and their supply chain. All works will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. Individual commissions called off under the framework may be as little as 0 GBP up to 7,500,000 GBP.

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Cost criterion: Price / Weighting: 20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-020003

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: North West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Jeakins Weir Limited

01095682

Uppingham House, Lawford Road

Rugby, Warwickshire

CV21 2UU

UK

NUTS: UKG1

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: North West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Stepnell Limited

00402934

Stepnell House, Lawford Road,

Rugby, Warwickshire

CV21 2UU

UK

NUTS: UKG1

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: North East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

G F Tomlinson Building Limited

02332956

Tomlinson House, Duffield Road, Little Eaton

Derby, Derbyshire

DE21 5DR

UK

NUTS: UKF1

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: North East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Lindum Group Limited

01236338

Station Road, North Hykeham

Lincoln, Lincolnshire

LN6 3QX

UK

NUTS: UKF3

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: South West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ashe Construction Limited

02373535

Ashe House, Cooks Way

Hitchin, Herts

SG4 0JE

UK

NUTS: UKH23

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 37 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: South West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Conamar Building Services Limited

02898417

29-31 Orchard Road

Stevenage, Hertfordshire

SG1 3HE

UK

NUTS: UKH23

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 37 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: South East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Clegg Construction Limited

00667598

Bishops House, 4, 2 High Pavement, The Lace Market

Nottingham, Nottinghamshire

NG1 1HN

UK

NUTS: UKF14

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 37 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8

Title: South East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/08/2022

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

R G Carter Cambridge Limited

03879910

9-11 Drayton High Road

Norwich, Norfolk

NR8 6AH

UK

NUTS: UKH15

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 37 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The CPV codes stated are deemed to include, the category and subcategory codes below the CPV code stated, i.e. 45000000, 'Construction Work' is deemed to include 45200000, 'Works for complete or part construction and civil engineering work' and 45212000 'Construction work for buildings relating to leisure, sports, culture, lodging and restaurants' etc.

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

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

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=717591383

GO Reference: GO-202298-PRO-20920715

VI.4) Procedures for review

VI.4.1) Review body

Scape Group Ltd

2nd Floor, East West building, Tollhouse Hill

Nottingham

NG1 5AT

UK

Telephone: +44 1159583200

Internet address(es)

URL: www.scape.co.uk

VI.4.2) Body responsible for mediation procedures

The High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the instructions as detailed in the tender documentation.

VI.5) Date of dispatch of this notice

08/09/2022

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
79993000 Building and facilities management services Miscellaneous business-related services
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
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
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
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
31100000 Electric motors, generators and transformers Electrical machinery, apparatus, equipment and consumables; lighting
45310000 Electrical installation work Building installation work
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related 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
79993100 Facilities management services Building and facilities management services
45340000 Fencing, railing and safety equipment installation work Building installation work
45430000 Floor and wall covering work Building completion work
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
71900000 Laboratory services Architectural, construction, engineering and inspection services
45350000 Mechanical installations Building installation work
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
44211100 Modular and portable buildings Prefabricated buildings
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
70000000 Real estate services Construction and Real Estate
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
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
44200000 Structural products Construction structures and materials; auxiliary products to construction (except electric apparatus
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:
nickt@scape.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.