Construction Tenders

Sat May 04 2024

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 1

Status

Published 31st Jul 2023

Tender Details
Referenceocds-h6vhtk-02ea2a
Common Procurement VocabularyConstruction work
Procurement Method-
Value-
More Tenders »

East of England

Category Works

Type

No. of Lots 1

Status

Published 31st Jul 2023

Tender Details
Referenceocds-h6vhtk-02ea2a
Common Procurement VocabularyConstruction work
Procurement Method-
Value-

Section I: Contracting authority/entity

I.1) Name and addresses

Scape Procure Limited

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Contact

Nick Taylor

Email

nickt [at] scape.co.uk

Telephone

+44 1159583200

Country

United Kingdom

NUTS code

UKF14 - Nottingham

National registration number

09955814

Internet address(es)

Main address

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

Buyer's address

https://www.scape.co.uk/about


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 - Construction work

II.1.3) Type of contract

Works

II.2) Description

II.2.1) Title

Lot 7 - South East £0 - £10m

Lot No

7

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 31100000 - Electric motors, generators and transformers
  • 44200000 - Structural products
  • 50000000 - Repair and maintenance services
  • 70000000 - Real estate services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 44211100 - Modular and portable buildings
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

II.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH12 - Cambridgeshire CC
  • UKH14 - Suffolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

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

II.2.4) Description of the procurement at the time of conclusion of the contract:

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.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

II.2.13) Information about European Union Funds

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

Identification of the project

Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.


Section IV. Procedure

IV.2) Administrative information

IV.2.1) Contract award notice concerning this contract

Notice number: 2021/S 000-025277


Section V. Award of contract/concession

Contract No

7

Lot No

7

Title

Lot 7 - South East £0 - £10m

V.2) Award of contract/concession

V.2.1) Date of conclusion of the contract/concession award decision:

26 August 2022

V.2.2) Information about tenders

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

V.2.3) Name and address of the contractor/concessionaire

Clegg Construction Limited

Bishops House, 42 High Pavement, The Lace Market

Nottingham

NG1 1HN

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
National registration number

00667598

The contractor/concessionaire is an SME

Yes

V.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £37,500,000


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.

To view this notice, please click here:

www.delta-esourcing.com/delta/viewNotice.html?noticeId=798852845"" target="_blank" class="govuk-link break-word" aria-label="https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798852845" (opens in a new window)">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798852845" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798852845

GO Reference: GO-2023731-PRO-23533199

VI.4) Procedures for review

VI.4.1) Review body

Scape Group Ltd

2nd Floor, East West building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Telephone

+44 1159583200

Country

United Kingdom

Internet address

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

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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


Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

  • 45000000 - Construction work

VII.1.3) Place of performance

NUTS code
  • UKH17 - Breckland and South Norfolk
  • UKH12 - Cambridgeshire CC
  • UKH14 - Suffolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

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

VII.1.4) Description of the procurement:

Note: This is a Modification Notice. The opportunity has already been awarded. The description was originally published in the Contract Notice Publication reference: 2021/S 000-020003. The CPV codes used within the original notice still apply. The only modification this notice introduces is the value band range changing from £0 - £7.5m to the new range of £0 - £10m.

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£37,500,000

VII.1.7) Name and address of the contractor/concessionaire

Clegg Construction Limited

Bishops House, 42 High Pavement, The Lace Market

Nottingham

NG1 1HN

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
National registration number

00667598

The contractor/concessionaire is an SME

Yes

VII.2) Information about modifications

VII.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Due to unforeseen increase in inflation globally it has become apparent that proposed projects are more expensive than originally estimated and no longer align with Framework value bands. We therefore intend to vary the value bands increasing these using BCIS indices under the existing Regional Construction Framework through a Regulation 72(1)(c) Public Contracts Regulations 2015 permitted modification. The overall Framework value will not be altered, and no other changes will be made.

VII.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

No extra works are needed. A change of contractor will not ensure the Framework is delivered as awarded. Projects intended to fit within certain value bands no longer fit within these due to increased inflation. Modifying will allow projects to be allocated to value bands as originally intended at award. This is a permitted modification; the inflation increase was unforeseen; the Framework’s overall nature will not alter and the increase will not be 50% or more of the original Framework value.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £37,500,000

Total contract value after the modifications

Value excluding VAT: £37,500,000