Scape National Consultancy Framework

Award

Value

£700,000,000

Classifications

  • Architectural, construction, engineering and inspection services
  • Development services of real estate
  • Development of residential real estate
  • Development of non-residential real estate
  • Buying and selling of real estate
  • Letting services of own property
  • Residential property renting or leasing services
  • Non-residential property renting or leasing services
  • Building rental or sale services
  • Land rental services
  • Property management services of real estate on a fee or contract basis
  • Advisory architectural services
  • Architectural design services
  • Organisation of architectural design contests
  • Architectural, engineering and planning services
  • Architectural, engineering and surveying services
  • Consultative engineering and construction services
  • Civil engineering consultancy services
  • Transport systems consultancy services
  • Structural engineering consultancy services
  • Building surveying services
  • Engineering design services
  • Construction economics services
  • Quantity surveying services
  • Miscellaneous engineering services
  • Integrated engineering services
  • Engineering-related scientific and technical services
  • Urban planning services
  • Landscape architectural services
  • Site-investigation services
  • Construction supervision services
  • Construction consultancy services
  • Construction management services
  • Construction project management services
  • Composition and purity testing and analysis services
  • Analysis services
  • Monitoring and control services
  • Stakeholders representation services
  • Sewer survey and sewage treatment consultancy services
  • Environmental management
  • Environmental planning
  • Environmental issues consultancy services
  • Highways consultancy services
  • Infrastructure works consultancy services
  • Environmental engineering consultancy services
  • Engineering design services for the construction of civil engineering works
  • Nuclear safety services
  • Portfolio management services
  • Financial consultancy services
  • Feasibility study, advisory service, analysis
  • Project and design preparation, estimation of costs
  • Energy and related services
  • Energy-management services
  • Energy-efficiency consultancy services
  • IT services: consulting, software development, Internet and support
  • Software programming and consultancy services
  • Document creation, drawing, imaging, scheduling and productivity software development services
  • Facilities management software development services
  • Business intelligence software development services
  • Procurement software development services
  • Systems and technical consultancy services
  • Business organisation services

Tags

  • award
  • contract

Published

4 years ago

Description

Scape Procure Limited (Scape) wishes to establish a framework agreement for a four-year duration with an option to extend for a further two years.
Experienced suppliers are invited to apply for three Lots covering built environment, infrastructure and place shaping consultancy services as defined by the NUTS and CPV codes below. Applications are welcome from consortia, joint ventures and the like; such parties must form a single legal entity to contract with prior to contract award. A maximum of five bidders will be invited to ITT stage for each Lot. One supplier shall be appointed to each Lot.
This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015, and additionally listed in the published Corrigendum to this notice and online at: https://www.scapegroup.co.uk/site-information/framework-usage-eligibility

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Taff Telecoms Project 2025

Taff are seeking to upgrade its current telecoms solution to a more advanced solution as a strategic move that aligns with our goals of enhancing efficiency, improving customer experience, and driving down costs. Taff currently has a traditional IP telephony solution, with limited functionality, a basic Call Centre, reception, call groups, direct dial and some fixed lines with handsets for some locations. Taff currently use 8x8 with a mixture of licencing to fulfil their needs, the current contract is due for renewal 1st November 2025, at which point it will be convert to a rolling monthly contract, Taff will require a solution at the earliest possible opportunity. The contract shall be for an initial period of three (3) years from with the option to extend for a further period of up to twenty-four months, on an annual basis. Objective To enhance customer service and operational efficiency through a robust telecoms solution that integrates advanced technologies and supports seamless communication across multiple channels, to deliver superior service, optimized operations, sustainable growth and cost efficiencies. Outcomes: 1. Enhanced Efficiency: The solution should integrate advanced technologies such as AI, automation, and omnichannel capabilities, to streamline operations, reduce manual workloads, offer enhanced analytics, and enable faster response times. 2. Improved Customer Experience: Customer expectations are continually evolving, and providing exceptional service is paramount to Taff, and an advanced telecom solutions should offer seamless omnichannel support, ensuring customers can interact with us through their preferred channels (voice, email, chat, social media) without losing context. AI-powered chatbots provide 24/7 support, handling routine inquiries and escalating complex issues to human agents, resulting in quicker resolutions, personalized interactions, and higher customer satisfaction. Language support across all channels, including automated translation capability. 3. Cost Reduction: Cost savings, by integrating AI and automation, reducing the need for manual intervention, rationalising phone lines and services, lowering operational costs, the addition of features like call masking and call recording ensure compliance and reduce the risk of costly data breaches. The efficient management of Direct Dial-In (DDI) lines and integration with existing systems, such as Microsoft Teams and Taff’s Housing Management Solution “Rubixx”, further optimizing resources and reducing overheads. 4. Analytics: The solution should provide comprehensive insights into telecommunication activities, enabling Taff to optimize their communication strategies, improve customer service, and enhance operational efficiency. 5. Future-Proofing: Ensure Taff remains agile and adaptable to future technological advancements, with scalable and flexible systems allow us to grow and evolve without the need for frequent overhauls.

Katy Reed

Published 2 hours ago
Open

TENDER OF IT SUPPORT AND MAINTENANCE CONTRACT

Section A - Background and Context to the Tender (abridged) CPC is interested in receiving tenders from IT support providers who have a proven track record of supporting IT for the local government sector, particularly local councils. It is interested in receiving tenders for 3, 4 and 5 years so it can understand if best value would be achieved by signing up to a longer commitment.   Section B: Required Format of Tender Submission Please find detailed below the format in which the tender must be returned: Section 1: Support costs for existing IT estate (see Appendices A and C) • Please provide costs per unit per line item • Please show columns for 3-, 4- and 5-year contract terms • Provision of SIEM/ SOC is currently being considered for both Officers and Councillors to provide an end-to-end security solution given recent changes to the public sector threat landscape. In appendix A the current security solution is detailed and line items shown to illustrate the SIEM / SOC addition. We would welcome your views on what end-to-end security solution you would recommend Section 2: Compliance with required Service Levels (see Appendix B) • Please confirm whether you can comply with the required Service Levels • If you are unable to comply, please explain why and detail your alternative offering Section 3: Provision of Company Profile in support of your tender response. Please provide: • Full title of company • Overview and profile of the company • Company registration number • Addresses where service will be provided from • Names and profiles of key company officers • Evidence of company's financial viability • Means of contact for faults issues and queries • IT qualifications and experience of engineers that will be involved in the contract • Is the company quoting the parent company or a subsidiary? If subsidiary, please supply the name of the parent company • VAT Registration number (if registered for VAT) • Any certifications held by the organisations e.g. ISO27000 • Detail what steps you have taken within your company to align with Data Security/ GDPR legislation • Amount of cover for public and product liability insurance • Summary of your client engagement approach e.g. meetings, surveys, regular calls etc • Details of three reference clients (one of which must be a local council) as we may wish to take up references Additional Guidance: When returning your tender response please note: • If you feel there are any omissions in Sections 1 to 3 then please include these in your response and highlight them • Include any assumptions in your response • Please enclose an example of the Master Service Agreement you would apply to this contract if awarded this tender • State the lead time for setting up the Support and Maintenance agreement as specified in Section B of this document • The term of the contract must be for a minimum of 3-years (with 4- and 5- year options also provided) and should continue in one-year periods, unless terminated by either party not giving less than sixty days' notice • If you have any questions, please submit these in writing to [email protected] within five (5) working days of receiving the tender specification so they can be responded to promptly and the response shared with other interested parties • To be considered in the tender selection process we must receive your response no later than close of business on Friday, 10 October 2025. • Tender responses should be sent by email to [email protected], marked CONFIDENTIAL: TENDER RESPONSE TO PROCUREMENT OF IT CONTRACT   Section C: Appendices Appendix A: Existing IT Estate required to be supported Item Quantity Officer PCs and Laptops 12 Server 1 Konika Minolta Printer 1 Dymo Printer 1 Network Infrastructure Device Package 3 Microsoft Exchange Plan 1 19 Microsoft 365 Business Standard Licence 8 Vault Back Up (private cloud) 250GB package - please state unit cost per GB User Protection (Barracuda / EDR) 5 Endpoint Protection (EDR) 6 Email Protection external only - this covers 12 employee PC and laptops and the 17 councillor tablets 29 Councillor tablets 17 - Please exclude from the tender as these are being decommissioned shortly and current day to day support provided by one of the councillors Councillor laptops (currently being purchased) 10 - please see Appendix C Officer tablets (currently being purchased) 2 - spec similar to Councillor laptops in Appendix C SIEM / SOC (purchase being considered) for Council Officer PCs, Laptops and Tablets 11 SIEM / SOC (purchase being considered) for Councillors 17   Appendix B: Required Service Levels The target Service Level Agreement (SLA) defined in this section applies to standard business hours of 08.00 to 18.00hrs, Monday to Friday (excluding public holidays). Response Time SLA: This defines the maximum time allowed to acknowledge or respond to a customer's inquiry or issue. Priority Target Response Time Response Goal 1 - High Priority 1 - 2 Hours 95% 2 - Medium Priority 4 - 8 Hours 90% 3 - Low Priority including Change Requests (moves, adds, changes) 24 Hours 90% Resolution Time SLA: This specifies the time frame within which issues must be fully resolved. Criticality of Issue Resolution Timeframe Critical Issue Resolution within 4 hours High Priority Issue Resolution within 8 hours Medium Priority Issue Resolution within 24 hours MADS (moves, adds& changes) Resolution within 5 days Where Business Impact and Severity are defined as follows: Business Impact Description High Critical - Major business processes are stopped Medium Business is degraded, but there is a reasonable workaround Low More of an irritation than a stoppage Level of Severity Description High Whole council is affected Medium Departments or large group of users are affected Low One user or a small group of users are affected High Severity Medium Severity Low Severity High Business Impact Critical Issue Critical Issue High Priority Issue Medium Business Impact High Priority Issue High Priority Issue Medium Priority Issue Low Business Impact High Priority Issue Medium Priority Issue Medium Priority Issue Please note: • We expect that resolution of issues will be undertaken remotely or via onsite visit or a combination of both depending on the circumstances • Vendor management with manufacturers or third-party support companies is required for all supported product related incidents • Maintenance of email and internet access with service provider is included • Monitoring of the server will be undertaken to ensure early detection and ideally prevention of incidents • An annual review of the estate will be undertaken with written recommendations for any changes required • In respect of the cloud based back up of the server - please state server provider and confirm that the data will be stored within the UK for GDPR purposes   Appendix C: Specification for new Councillor Laptops The specification is being used to replace the existing 17 councillor tablets with Dell 14 inch Latitude laptops and an accompanying protective case (note some Councillors are using their own IT devices and will not therefore receive IT support). The following table details the user requirements and the reason that replacement laptops were favoured over tablets: User Requirements Meets User Requirements (Y / N) Dell 14 inch Latitude laptops Generic Tablet Comparison Notes Access and respond to councillor emails Y Y Easy on both but laptop maybe be better for accessibility Saving documents for access and use during Council meetings (will need to consider storage requirements) Y N Documents should be remotely stored but easier to retrieve offline on laptop Toggle between documents (e.g. agenda, minutes, committee papers) Y N Having multiple windows open on a tablet is trickier Ability to annotate documents (e.g. via a smart pen) ? Y Possible on some laptops Access to online collaboration / meeting apps e.g. Zoom, MS Teams etc Y Y Equal Be loaded with full MS Office functionality Y Y Access to internet Y Y Auto software and security updates Y Y Be able to offer split screen capability Y N Both offer this but easier on laptops Bluetooth 5.4 capability Y Y Supports an external keyboard Y Y Via Bluetooth on the tablet Built in speakers Y N Much better on the laptop due to the better sound dispersion Biometric Security (desirable) Y Y

Katy Reed

Published 2 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete