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
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
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