Section one: Contracting authority
one.1) Name and addresses
Scape Group Limited (trading as SCAPE)
2nd Floor, East West Building, 1 Tollhouse Hill
Nottingham
NG1 5AT
Contact
Olga Kochowicz
procurement@arc-partnership.co.uk
Telephone
+44 8006696565
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
5660357
Internet address(es)
Main address
Buyer's address
https://www.arc-partnership.co.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
SCAPE is a public sector owned, built environment specialist supplier of framework and procurement solutions.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
AP2418 - Asbestos Analyst Consultancy Framework
Reference number
AP2418
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
SCAPE, on behalf of Arc Partnership (the Client) was seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement, 3 asbestos consultants/analysts were appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework utilises a Mini-competition framework procedure where the three providers provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary. The framework duration is 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract is used to manage the Client and Supplier relationship. The Contract covers all elements of the Client's business. The contract consists of one Lot.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £800,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71315000 - Building services
- 71250000 - Architectural, engineering and surveying services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
Main site or place of performance
EAST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
Provision of Asbestos Analysis Consultancy Services.
Estimated value based on framework duration of four (4) years. This comprises of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. The actual amount of work issued via the Framework cannot be guaranteed and will vary depending on requirements as they arise.
This framework utilises a mini-competition or direct award to allocate projects. The model works on framework pre-tendered net labour, materials and sub-contractor costs, with overheads and profit and any design (only where required), being priced separately. 3 suppliers were awarded to provide all the required services at the conclusion of the procurement process. The suppliers are expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance is monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services shall be performed in accordance with the framework agreement.
The procurement was conducted in 2 stages:
Stage 1 - Selection Stage - This was a set of questions and criteria that must have been passed in order to move on to Stage 2 of the procurement. Bidders must have met all of the necessary selection criteria and provided answers to the questions asked. The questions were marked by a panel and the top 9 scoring Bidders progressed to Stage 2. The criteria and questions were based on the Bidders history and what they were currently doing.
Stage 2 - Award Stage - This was a set questions that Bidder needed to answer based on what the Bidder will do or how they will approach works if they get onto the Framework. Bidders were also evaluated on their submitted prices and scores were added to achieve a price/quality score. The top scoring 3 Bidders were invited to enter the Framework.
Full details of the process can be found withing tender documents, however, this will be a stage 2, restricted process as identified within regulation 28 of the Public Contracts Regulations 2015.
The minimum insurance requirements were: £5,000,000.00 Employer's Liability Insurance, £5,000,000.00 Public Liability Insurance and £10,000,000 Professional Indemnity Insurance.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Prices are set for the first 2 years of the Framework with prices for the following years linked to CPI.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028903
Section five. Award of contract
Contract No
AP2418
Title
Asbestos Analyst Consultancy
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 April 2025
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
BDA Surveying Limited
Chapel Street, Oadby
Leicester
LE2 5AD
Telephone
+44 7398609670
Country
United Kingdom
NUTS code
- UKF21 - Leicester
National registration number
04912280
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Acorn Analytical Services
The Old Print Works, Carr Street
Cleckheaton
BD19 5HG
Country
United Kingdom
NUTS code
- UKE42 - Leeds
National registration number
04723192
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Kordus Consulting Limited
Unit 29 Ransom Hall, Ransom Wood Business Park, Southwell Road West
Nottingham
NG210HJ
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
National registration number
10890170
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £800,000
Total value of the contract/lot: £800,000
Section six. Complementary information
six.3) Additional information
Note: This Framework has not been awarded to a Group of Economic Operators and has instead been awarded to multiple separate Economic Operators. The notice states that the Framework has been awarded to a Group of Economic Operators; however, this is a limitation of the e-Sender system and cannot be unselected.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=938767341 GO Reference: GO-202542-PRO-29992907
six.4) Procedures for review
six.4.1) Review body
SCAPE Group Ltd
2nd Floor, East West Building, 1 Tollhouse Hill
Nottingham
NG1 5AT
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court of England and Wales
Royal Courts of Justice, Strand, London
London
WC2A 2LL
Country
United Kingdom