Tender

AP2213 - Statutory Inspections 2023-29

  • Scape Group Limited (trading as SCAPE)

F02: Contract notice

Notice identifier: 2023/S 000-015498

Procurement identifier (OCID): ocds-h6vhtk-03d2d0

Published 1 June 2023, 10:05am



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 6BT

Contact

Robert Hunter

Email

procurement@arc-partnership.co.uk

Telephone

+44 8006696565

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

05660357

Internet address(es)

Main address

https://www.arc-partnership.co.uk/

Buyer's address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/respond/7JH28TAEZ9

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

SCAPE is a public sector owned supplier of framework solutions


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AP2213 - Statutory Inspections 2023-29

Reference number

AP2213

two.1.2) Main CPV code

  • 71315300 - Building surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the undertaking of inspections in line with our statutory duties, across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.

The NEC4 Term Service Short Contract will be used to assist the Client in conducting the services of this Contract.

Please note: No warranty is given to the Supplier by neither SCAPE or the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50750000 - Lift-maintenance 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

The service comprises of the inspection of a number of pieces of equipment, including, but not limited to:

•Lifting and hoisting equipment including slings and ceiling track hoists

•Passenger and goods lifts

•Lifting beds and other furniture

The Contract will be in place for a period of 2 years, with the option to extend for 2 periods of 2 years (2 + 2 + 2 = maximum 6 years).

The £250,00.00 estimated value is the approximate maximum value of the contract over the potential 6 years of the contract, equating to around £41,000 per annum. However, as stated, no guarantee of this value is given to the Bidders.

The Procurement will be conducted under an Open Procedure, in line with the Public Contracts Regulations 2015. The process will be split into 2 parts:

Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked.

Stage 2 – Award Stage – Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top scoring Bidder will be invited to enter the Contract.

Full procurement details can be found within the procurement documentation.

Please note: The Client reserve the right to establish communication with the awarded Contractor, prior to the Contract start date.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Start date

1 September 2023

End date

31 August 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7JH28TAEZ9


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance to be measured via Key Performance Indicators as stated in the contract documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

6 July 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 July 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Building-surveying-services./7JH28TAEZ9" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Building-surveying-services./7JH28TAEZ9

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7JH28TAEZ9" target="_blank">https://www.delta-esourcing.com/respond/7JH28TAEZ9

GO Reference: GO-202361-PRO-23097092

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Institute of Chartered Surveyors

12 Great George Street

London

SW1P 3AD

Telephone

+44 2476868555

Country

United Kingdom