CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 083-161867/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Scape Group Ltd
7th Floor, Tollhouse Hill, City Gate East
Nottingham
Postal code: NG1 5FS
United Kingdom
Contact points(s): John Simons
Phone: +44 1159583200
Fax: +44 1159583232
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity:
OTHER: Scape Group is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks and innovative design solutions that are available across the United Kingdom.
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Scape Procure Limited
7th Floor, City Gate East, Tollhouse Hill
Nottingham
Postal code: NG1 5FS
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Scape Regional Construction Framework.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works
Nuts code: UKE13, UKF, UKH, UKG13, UKG23, UKG24, UKG32, UKG33
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 150 000 000 and 1 380 000 000 GBP
II.1.5) Short description of the specific contract:
Scape 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 construction (building) 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 providers themselves and/or through their supply chain. No consortia bids will be accepted and in the case of group companies again only one bid will be accepted from either the group company or one of subsidiaries, but not both. 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 building construction works and associated mechanical, electrical and services works and may include design and other services as required for a develop and construct or design and build works. 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):
— Government Departments, agencies and public bodies
— Canal and River Trust,
— Local Authorities —
— Local Authorities —
— National Parks Authorities
— 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.

— Social Enterprises within Culture and Leisure.
— Police Forces in the United Kingdom
— Fire and Rescue Services (including Scotland, Wales and Northern Ireland)
— 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,

— Department of Health Advisory Bodies and Committees
— Hospices in UK including Scotland, Wales and Northern Ireland.

— Registered Providers of Social Housing
Care Quality Commission, independent regulator of health and social care in England;
Care homes,
Mental Health Service,
National Housing Federation
— Third Sector and Charities.
Charities in England,
— Citizens Advice.
Limited Companies and other enterprises owned by other bodies other than those listed above but qualifying as Bodies Governed by Public Law for the purposes of the Public Contracts Regulations 2015.
II.1.6) Common procurement vocabulary (CPV): 45000000, 45210000, 45211000, 45212000, 45213000, 45214000, 45215000, 45216000, 45100000, 45110000, 45120000, 45200000, 45220000, 45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000, 45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 71000000, 71200000, 71300000, 71400000, 71500000, 71600000, 71700000, 71800000, 71900000, 31121000, 09330000, 70110000, 70111000, 70112000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will 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, may range between 1 150 000 000 GBP and 1 380 000 000 GBP and will principally include construction works for new build, refurbishment and maintenance of the following assets in the following sectors: housing, education, universities and colleges of further education and training establishments, leisure recreation and culture, health, prisons, library, fire, ambulance and police, day-care, nursery care, social care, care homes, specialist facilities, transport, farms, recycling facilities, offices and other contracting authority operational, residential, industrial and commercial assets and any other property and related assets owned, rented, leased or developed by any of the Contracting Authorities who may use this framework, or on property and related assets in which any of the Contracting Authorities may have an interest at the time or prospectively. Minor civil engineering works may also be required as an incidental part of works primarily comprising construction (building) works. Individual call-off contracts for a contracting authority will be from 0 GBP and up to of 5 000 000 GBP, although this upper limit may be exceeded for some works.
Estimated value excluding VAT:
Range: between 1 150 000 000 and 1 380 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Lower — Midlands North West
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 10 000 000 GBP.
Lot No: 2; Lot title: Lower — Midlands North East
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 10 000 000 GBP.
Lot No: 3; Lot title: Lower — Midlands South West
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 10 000 000 GBP.
Lot No: 4; Lot title: Lower — Midlands South East
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 10 000 000 GBP.
Lot No: 5; Lot title: Intermediate — Midlands North
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 500 000 GBP and 2 500 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 40 000 000 GBP.
Lot No: 6; Lot title: Intermediate — Midlands South
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 500 000 GBP and 2 500 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 25 000 000 GBP.
Lot No: 7; Lot title: Upper — Midlands
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 1 000 000 GBP and 5 000 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 90 000 000 GBP.
Lot No: 8; Lot title: Lower — East of England North
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Project between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 15 000 000 GBP.
Lot No: 9; Lot title: Lower — East of England South
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Projects between 0 GBP and 750 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 25 000 000 GBP.
Lot No: 10; Lot title: Intermediate — East of England North
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Project between 500 000 GBP and 2 500 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 25 000 000 GBP.
Lot No: 11; Lot title: Intermediate — East of England South
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Project between 500 000 GBP and 2 500 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 40 000 000 GBP.
Lot No: 12; Lot title: Upper — East of England
1) Short description: Applications are invited from experienced providers of construction (building) 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. 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.
2) Common procurement vocabulary (CPV): 45000000,45210000,45211000,45212000,45213000,45214000,45215000,45216000,45100000,45110000,45120000,45200000,45220000,45230000,45240000,45250000,45260000,45300000,45310000,45320000,45330000,45340000,45350000,45400000,45410000,45420000,45430000,45440000,45450000,71000000,71200000,71300000,71400000,71500000,71600000,71700000,71800000,71900000,31121000,09330000,70110000,70111000,70112000
3) Quantity or scope:
For Project between 1 000 000 GBP and 5 000 000 GBP.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Turnover requirement for this lot is 90 000 000 GBP.

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 group of economic operators to whom the contract is to be awarded:
No special legal form is required.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
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 ability:
Information and formalities necessary for evaluating if the requirements are met: Economic and financial capacity.
Minimum level(s) of standards possibly required: 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 undertaking’s, overall turnover for a maximum of the last 2 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:
10 000 000 GBP for Lots 1, 2 ,3 and 4,
15 000 000 GBP for lot 8,
25 000 000 GBP for lots 6, 9 and 10,
40 000 000 GBP for lots 5 and 11,
90 000 000 GBP for lots 7 and 12.
Have submitted their accounts on time and have appropriate insurances in place. 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’:
For all lots the following insurances are required:
1. Employer’s Liability — minimum 10 000 000 GBP;
2. Public Liability — minimum 10 000 000 GBP;
3. Professional Liability/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
Information and formalities necessary for evaluating if the requirements are met: Technical requirements are set out in the PQQ. See also Regulation 58 of the Public Contracts Regulations 2015.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 8 and maximum number 48
Objective criteria for choosing the limited number of candidates:
The envisaged number of Operators are as set out in the relevant Annex, but it is envisaged a maximum of 4 operators will be taken forward to the ITT stage for each Lot to ensure a competitive process. The Contracting Authority intends to invite the number of candidates stated to submit tenders in respect of the relevant Lot/lots on the basis of the order of the top ranking of those candidates who have passed all the pass/fail elements at the PQQ stage and achieved the minimum score as indicated in the PQQ of which the criteria referred to in the Public Contracts Regulations and relevant Directive will be assessed and marked. The contracting authority confirms bidders may choose any one (1) of the lots in the Lower value band and/or any one (1) lot from the Intermediate value band. Those operators wishing to bid for the lower value band and/or Intermediate value band cannot bid for any lot in the Upper value band. Those operators wishing to bid a lot in the Upper value band may only choose any one (1) of the lots in the Upper value band are not permitted to bid for any lot in the Lower and Intermediate value bands.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2017/S 035-064001of18.02.2017
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
05.06.2017
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
24.07.2017
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The contracting authority and other public bodies interested in utilising the framework arrangements contemplated by this procurement are transforming the manner in which construction projects are procured and managed. The construction services may include design and other services as required for develop and construct works, design and build works, regeneration 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 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 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: 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: 4P7NG6DE74. 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 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.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging 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 2015 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.5) Date of dispatch of this notice:
26.04.2017


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 9, 2024

Contractor support for Joint Force Training Centre (JFTC)- Exporting Opportunity - Very Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: CONTRACTOR SUPPORT FOR JOINT FORCE TRAINING CENTRE (JFTC)- EXPORTING OPPORTUNITY – VERY

May 9, 2024

240228 - Training Room Fit Out at Bury St Edmunds Ambulance Hub

Type of document: Contract Notice Country: United Kingdom 1. Title: 240228 – Training Room Fit Out at Bury St Edmunds Ambulance Hub 2.