Contract

AP2418 - Asbestos Analyst Consultancy Framework

  • Scape Group Limited (trading as SCAPE)

F03: Contract award notice

Notice identifier: 2025/S 000-012610

Procurement identifier (OCID): ocds-h6vhtk-049987 (view related notices)

Published 2 April 2025, 4:01pm



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

Email

procurement@arc-partnership.co.uk

Telephone

+44 8006696565

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

5660357

Internet address(es)

Main address

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

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

Email

russell@bdasurveying.co.uk

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