Notice Information
Notice Title
SCP012 - SCAPE Corporate Services Framework - England, Wales & Northern Ireland
Notice Description
Scape Procure Limited (trading as SCAPE) is establishing a framework agreement for the provision of Corporate Services advice throughout England, Wales and Northern Ireland. This framework includes the following services: - Lot 1 - Group A: Advisory Services - Lot 2 - Group B: Legal Services - Lot 3 - Group C: Audit Services - Secondary services SCAPE seeks to establish a multi-party framework with three (3) suppliers per Lot for a total of nine (9) suppliers. The annual turnover requirements for each Lot are as follows: Lot 1: PS75m per annum excluding VAT Lot 2: PS50m per annum excluding VAT Lot 3: PS25m per annum excluding VAT The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons. SCAPE designed this framework to facilitate SME engagement via the successful Bidder's supply chain and is also open to accepting bids from consortia or joint ventures of which SMEs may form a part. The common procurement vocabulary codes 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.79400000, Business and Management Consultancy and Related Services is deemed to include 79410000, Business & Management Consultancy Services and 79414000 - Human Resources Management Consultancy Services. The successful delivery partners will be expected to work collaboratively with public sector clients, in-house and external consultants, and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the successful delivery partners and their supply chain where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. For each Lot, SCAPE will shortlist the top five (5) highest scoring bidders at PSQ stage and invite them to tender. Bidders may bid for up to 3 Lots and may be awarded places on up to 3 Lots. SCAPE confirms that a conflicts assessment has been prepared in accordance with Section 83 of the Procurement Act 2023. The conflicts assessment will be updated and revised at each future stage of the procurement where appropriate, and action will be taken to remove or mitigate conflicts where any arise. SCAPE recognises that, as a national framework, it requires considerable investment in people, processes, and systems to create and manage expert, local, and responsive supply chains. With this is mind, a maximum framework duration has been set at 5 years. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Auditing-services./9V23396AEV To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9V23396AEV
Lot Information
Lot 1 - Advisory Services
Lot 1 covers the delivery of Advisory Services within the scope of Corporate Services. Advisory Services is formed of the following four categories: - Management Consultancy - Technology, Digital and Data Advisory - Finance, Accounting and Tax - Sustainability The annual turnover requirement for Lot 1 is PS75,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.
Renewal: The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients.
Lot 2 - Legal ServicesLot 2 covers the delivery of Legal Services within the scope of Corporate Services. The annual turnover requirement for Lot 2 is PS50,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.
Renewal: The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients.
Lot 3 - Audit ServicesLot 3 covers the delivery of Audit Services within the scope of Corporate Services. The annual turnover requirement for Lot 3 is PS25,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.
Renewal: The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067d5f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031642-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
66000000 - Financial and insurance services
66121000 - Mergers and acquisition services
66122000 - Corporate finance and venture capital services
66171000 - Financial consultancy services
66519600 - Actuarial services
66523000 - Pension fund consultancy services
71241000 - Feasibility study, advisory service, analysis
71311200 - Transport systems consultancy services
71313100 - Noise-control consultancy services
71314300 - Energy-efficiency consultancy services
71351200 - Geological and geophysical consultancy services
71800000 - Consulting services for water-supply and waste consultancy
72000000 - IT services: consulting, software development, Internet and support
72120000 - Hardware disaster-recovery consultancy services
72130000 - Computer-site planning consultancy services
72140000 - Computer hardware acceptance testing consultancy services
72150000 - Computer audit consultancy and hardware consultancy services
72220000 - Systems and technical consultancy services
72221000 - Business analysis consultancy services
72222000 - Information systems or technology strategic review and planning services
72224000 - Project management consultancy services
72266000 - Software consultancy services
72300000 - Data services
72322000 - Data management services
73000000 - Research and development services and related consultancy services
73210000 - Research consultancy services
75242000 - Public law and order services
79100000 - Legal services
79110000 - Legal advisory and representation services
79120000 - Patent and copyright consultancy services
79130000 - Legal documentation and certification services
79140000 - Legal advisory and information services
79211000 - Accounting services
79211200 - Compilation of financial statements services
79212000 - Auditing services
79212100 - Financial auditing services
79212110 - Corporate governance rating services
79212300 - Statutory audit services
79212400 - Fraud audit services
79212500 - Accounting review services
79220000 - Fiscal services
79221000 - Tax consultancy services
79311410 - Economic impact assessment
79313000 - Performance review services
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411100 - Business development consultancy services
79414000 - Human resources management consultancy services
79418000 - Procurement consultancy services
79419000 - Evaluation consultancy services
79421000 - Project-management services other than for construction work
79430000 - Crisis management services
79994000 - Contract administration services
90700000 - Environmental services
90710000 - Environmental management
90711100 - Risk or hazard assessment other than for construction
90711200 - Environmental standards other than for construction
90711400 - Environmental Impact Assessment (EIA) services other than for construction
90711500 - Environmental monitoring other than for construction
90712000 - Environmental planning
90713000 - Environmental issues consultancy services
90714000 - Environmental auditing
90714200 - Corporate environmental auditing services
98200000 - Equal opportunities consultancy services
Notice Value(s)
- Tender Value
- £1,650,000,000 £1B-£10B
- Lots Value
- £1,650,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 20264 days ago
- Submission Deadline
- 29 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 Mar 2027 - 14 Mar 2031 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCAPE PROCURE LIMITED (TRADING AS SCAPE)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- NOTTINGHAM
- Postcode
- NG1 5AT
- Post Town
- Nottingham
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF14 Nottingham
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales, TLN Northern Ireland
-
- Local Authority
- Nottingham
- Electoral Ward
- Hyson Green & Arboretum
- Westminster Constituency
- Nottingham East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/031642-2026
7th April 2026 - Tender notice on Find a Tender -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-067d5f-2026-04-07T17:02:36+01:00",
"date": "2026-04-07T17:02:36+01:00",
"ocid": "ocds-h6vhtk-067d5f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PGXY-1142-GYJN",
"name": "Scape Procure Limited (trading as SCAPE)",
"identifier": {
"scheme": "GB-PPON",
"id": "PGXY-1142-GYJN"
},
"address": {
"streetAddress": "2nd Floor, East West Building, 1 Tollhouse Hill",
"locality": "Nottingham",
"postalCode": "NG1 5AT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"name": "Mike Armstrong",
"email": "procurement@scape.co.uk",
"telephone": "+44 8006696565"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PGXY-1142-GYJN",
"name": "Scape Procure Limited (trading as SCAPE)"
},
"tender": {
"id": "SCP012",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "SCP012 - SCAPE Corporate Services Framework - England, Wales & Northern Ireland",
"description": "Scape Procure Limited (trading as SCAPE) is establishing a framework agreement for the provision of Corporate Services advice throughout England, Wales and Northern Ireland. This framework includes the following services: - Lot 1 - Group A: Advisory Services - Lot 2 - Group B: Legal Services - Lot 3 - Group C: Audit Services - Secondary services SCAPE seeks to establish a multi-party framework with three (3) suppliers per Lot for a total of nine (9) suppliers. The annual turnover requirements for each Lot are as follows: Lot 1: PS75m per annum excluding VAT Lot 2: PS50m per annum excluding VAT Lot 3: PS25m per annum excluding VAT The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons. SCAPE designed this framework to facilitate SME engagement via the successful Bidder's supply chain and is also open to accepting bids from consortia or joint ventures of which SMEs may form a part. The common procurement vocabulary codes 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.79400000, Business and Management Consultancy and Related Services is deemed to include 79410000, Business & Management Consultancy Services and 79414000 - Human Resources Management Consultancy Services. The successful delivery partners will be expected to work collaboratively with public sector clients, in-house and external consultants, and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the successful delivery partners and their supply chain where applicable. All services will be performed in accordance with the framework agreement and a delivery agreement executed in accordance with this agreement. There is no upper limit on commissions called-off under the framework, as long as they are within the scope of the overall framework value. For each Lot, SCAPE will shortlist the top five (5) highest scoring bidders at PSQ stage and invite them to tender. Bidders may bid for up to 3 Lots and may be awarded places on up to 3 Lots. SCAPE confirms that a conflicts assessment has been prepared in accordance with Section 83 of the Procurement Act 2023. The conflicts assessment will be updated and revised at each future stage of the procurement where appropriate, and action will be taken to remove or mitigate conflicts where any arise. SCAPE recognises that, as a national framework, it requires considerable investment in people, processes, and systems to create and manage expert, local, and responsive supply chains. With this is mind, a maximum framework duration has been set at 5 years. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Auditing-services./9V23396AEV To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9V23396AEV",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "66122000",
"description": "Corporate finance and venture capital services"
},
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "66519600",
"description": "Actuarial services"
},
{
"scheme": "CPV",
"id": "66523000",
"description": "Pension fund consultancy services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71313100",
"description": "Noise-control consultancy services"
},
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
{
"scheme": "CPV",
"id": "71351200",
"description": "Geological and geophysical consultancy services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72120000",
"description": "Hardware disaster-recovery consultancy services"
},
{
"scheme": "CPV",
"id": "72130000",
"description": "Computer-site planning consultancy services"
},
{
"scheme": "CPV",
"id": "72140000",
"description": "Computer hardware acceptance testing consultancy services"
},
{
"scheme": "CPV",
"id": "72150000",
"description": "Computer audit consultancy and hardware consultancy services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "72266000",
"description": "Software consultancy services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "79211000",
"description": "Accounting services"
},
{
"scheme": "CPV",
"id": "79211200",
"description": "Compilation of financial statements services"
},
{
"scheme": "CPV",
"id": "79212110",
"description": "Corporate governance rating services"
},
{
"scheme": "CPV",
"id": "79212500",
"description": "Accounting review services"
},
{
"scheme": "CPV",
"id": "79220000",
"description": "Fiscal services"
},
{
"scheme": "CPV",
"id": "79221000",
"description": "Tax consultancy services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79414000",
"description": "Human resources management consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421000",
"description": "Project-management services other than for construction work"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
},
{
"scheme": "CPV",
"id": "90711200",
"description": "Environmental standards other than for construction"
},
{
"scheme": "CPV",
"id": "90711400",
"description": "Environmental Impact Assessment (EIA) services other than for construction"
},
{
"scheme": "CPV",
"id": "90711500",
"description": "Environmental monitoring other than for construction"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
},
{
"scheme": "CPV",
"id": "90713000",
"description": "Environmental issues consultancy services"
},
{
"scheme": "CPV",
"id": "90714000",
"description": "Environmental auditing"
},
{
"scheme": "CPV",
"id": "90714200",
"description": "Corporate environmental auditing services"
},
{
"scheme": "CPV",
"id": "98200000",
"description": "Equal opportunities consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66121000",
"description": "Mergers and acquisition services"
},
{
"scheme": "CPV",
"id": "75242000",
"description": "Public law and order services"
},
{
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
{
"scheme": "CPV",
"id": "79110000",
"description": "Legal advisory and representation services"
},
{
"scheme": "CPV",
"id": "79120000",
"description": "Patent and copyright consultancy services"
},
{
"scheme": "CPV",
"id": "79130000",
"description": "Legal documentation and certification services"
},
{
"scheme": "CPV",
"id": "79140000",
"description": "Legal advisory and information services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79430000",
"description": "Crisis management services"
},
{
"scheme": "CPV",
"id": "79994000",
"description": "Contract administration services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79212000",
"description": "Auditing services"
},
{
"scheme": "CPV",
"id": "79212100",
"description": "Financial auditing services"
},
{
"scheme": "CPV",
"id": "79212300",
"description": "Statutory audit services"
},
{
"scheme": "CPV",
"id": "79212400",
"description": "Fraud audit services"
},
{
"scheme": "CPV",
"id": "79212500",
"description": "Accounting review services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 1980000000,
"amount": 1650000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "SCAPE is undertaking the procurement of this framework in two stages. The first stage is the completion of the Procurement Specific Questionnaire (PSQ) and is supplemented by SCAPE-specific quality questions. SCAPE will evaluate the Bidders' PSQ returns, shortlist the five highest scoring bidders, and invite them to the second stage - the Invitation to tender (ITT). The ITT will comprise both qualitive questions and price evaluation (via the inclusion of a commercial model). Following the evaluation of the ITT, SCAPE will award the three available places on each Lot to the three highest scoring bidders who provided the Most Advantageous Tenders, based on combined score (Quality and Price). SCAPE reserves the right to refine the criteria during the first stage of the procurement process."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-067d5f",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.03,
"monetaryValue": "award"
},
"description": "SCAPE will receive the above levy, which is to be included for in bid rates and charges, from the delivery partners for each commission call-off from the framework. Further information can be found within procurement documentation."
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 9,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKG"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKF"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKI"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKH"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKK"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKJ"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKL"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKN"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKC"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKE"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKD"
]
}
}
],
"buyerCategories": "The categories of authorities that can use SCAPE's frameworks include all public bodies and their legal/statutory successors. Please see the links for the full lists: https://scape.co.uk/site-information/framework-usage-eligibility and https://scape.co.uk/site-information/framework-usage-eligibility-utilities",
"description": "The framework enables Clients to appoint Delivery Partners for commissions either through a non-competitive call-off using the Objective Mechanism for award without further competition, or through a Competitive Selection Process. Both approaches comply with the Procurement Act 2023 and ensure transparency, fairness and consistency across all partners. Full information regarding the call-off process and objective criteria will be provided to those bidders who progress to tender stage. 1. Objective Mechanism - Award Without Further Competition The Objective Mechanism is the route for above-threshold call-offs where Clients wish to award without further competition. It is an automated scoring-based model derived directly from tender (ITT) scores submitted during the original framework procurement. To determine the outcome Clients select from several criteria groupings (Primary and Secondary), each with rules on permitted combinations and weightings: Primary Criteria: * Balanced Award: combined ITT price + quality * Quality-Led Award: highest ITT quality score * Price-Led Award: highest ITT price score * Performance-Led Award: \"Achievement of Commitments\" (after 12 months) Secondary Criteria: * Technical ability * Social value * Performance metrics (e.g., Tender Commitments) * Pricing categories 2. Competitive Selection Process - Award With Further Competition Clients may instead choose a competitive process compliant with Procurement Act 2023 Section 46. Permitted Competitive Activities Clients may select one or more of the following: * Written Question Submission * Case Studies * Interviews * Behavioural Assessments All Delivery Partners must be issued the same materials/questions. Participation by Partners is discretionary. Critical Restriction: Clients cannot request fee proposals or price submissions during a competitive selection. Pricing evaluation must not be based on any fee proposal. However, Clients may review the commercial model (already tendered at framework stage) as provided via the Framework Agreement following signature of a SCAPE Access Agreement. 3. Contract Award Requirements Following use of either route (Objective Mechanism or Competitive Selection), Clients must publish: * Contract Award Notice * Contract Details Notice On Find a Tender Service (FTS), including partner name, project value and rationale. Clients then proceed through their own internal governance and due diligence."
}
},
"submissionMethodDetails": "http://www.delta-esourcing.com/. Access code: 9V23396AEV",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-29T14:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-05-22T11:00:00+01:00"
},
"awardPeriod": {
"endDate": "2027-03-01T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Advisory Services",
"description": "Lot 1 covers the delivery of Advisory Services within the scope of Corporate Services. Advisory Services is formed of the following four categories: - Management Consultancy - Technology, Digital and Data Advisory - Finance, Accounting and Tax - Sustainability The annual turnover requirement for Lot 1 is PS75,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.",
"status": "active",
"value": {
"amountGross": 1440000000,
"amount": 1200000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Selection criteria as stated in the procurement documents."
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-03-15T00:00:00+00:00",
"endDate": "2031-03-14T23:59:59+00:00",
"maxExtentDate": "2032-03-14T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients."
}
},
{
"id": "2",
"title": "Lot 2 - Legal Services",
"description": "Lot 2 covers the delivery of Legal Services within the scope of Corporate Services. The annual turnover requirement for Lot 2 is PS50,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.",
"status": "active",
"value": {
"amountGross": 360000000,
"amount": 300000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Selection criteria as stated in the procurement documents."
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-03-15T00:00:00+00:00",
"endDate": "2031-03-14T23:59:59+00:00",
"maxExtentDate": "2032-03-14T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients."
}
},
{
"id": "3",
"title": "Lot 3 - Audit Services",
"description": "Lot 3 covers the delivery of Audit Services within the scope of Corporate Services. The annual turnover requirement for Lot 3 is PS25,000,000.00 per annum. The turnover requirement (per annum) must be met by an individual bidder or as a combined total by a bidding vehicle, i.e. consortium, joint venture, associated persons, etc. This opportunity is therefore considered suitable for SMEs.",
"status": "active",
"value": {
"amountGross": 180000000,
"amount": 150000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Selection criteria as stated in the procurement documents."
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-03-15T00:00:00+00:00",
"endDate": "2031-03-14T23:59:59+00:00",
"maxExtentDate": "2032-03-14T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The 48-month term may be extended by 12 months if the supplier performs effectively and commercial terms remain favourable for clients."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1018897966",
"documentType": "biddingDocuments",
"description": "Access code: 9V23396AEV",
"url": "http://www.delta-esourcing.com/"
},
{
"id": "031642-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031642-2026",
"datePublished": "2026-04-07T17:02:36+01:00",
"format": "text/html"
}
],
"riskDetails": "SCAPE will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against: -- other companies engaged in SCAPE frameworks or other frameworks, -- the overall performance of all SCAPE frameworks or other frameworks, -- national performance measures where they are available. The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details will be available in the ITT."
},
"language": "en"
}