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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/B4BT27CX6V
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 Group is a public sector owned built environment procurement specialist.
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
AP2411 - M&E Design Services Framework
Reference number
AP2411
two.1.2) Main CPV code
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
two.1.3) Type of contract
Services
two.1.4) Short description
Scape Group, on behalf of Arc Property Services Partnership Limited as seeking to set up a Framework for mechanical and electrical design work. All sites where projects will be situated will be within the the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.
The NEC4 Framework Contract will be used to manage the supplier and client relationship.
Please note: No warranty is given to the Contractor by neither SCAPE nor 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 Contractor during the Framework period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation inthe volume of the work.
A overview of the services required can be found within documents K01 of the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 79933000 - Design support services
- 72242000 - Design-modelling services
- 71320000 - Engineering design 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 services will be performed in conjunction with the BG6 proforma and the RIBA stages of design. Successful Bidders must have experieince of BIM. It is anticipated that the services will be provided by the Contractor themselves and/or through their supply chain. Consortia bids will be accepted.
The Framework will be in place for a period of 2 years, with the option to extend for two further periods of 1 year (2 + 1+ 1 = max 4 years) and will conclude with a maximum of 4 suppliers.
The Procurement will be conducted in 2 stages:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 7 scoring Bidders will progress on to Stage 2.
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 4 Bidders will be invited to enter the Framework.
Please note: Arc Partnership reserve the right to establish communication with the awarded Contractors, prior to the Framework start date.
Full details of the process can be found within the tender documents, however, this will be a 2 stage, restricted process as identified within regulation 28 of the The Public Contracts Regulations 2015.
Stage 1 – Selection Criteria – This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. The criteria and questions are based on the Bidders history and what they are currently doing. Written answers will be scored by an evaluation panel.
Stage 2 – Award Criteria – This is a set of questions that the Bidder needs to answer based on what the Bidder will do or how they will approach works, if they get onto the framework. This will be scored by an evaluation panel.
Full procurement details can be found within document K02 of the tender documents.
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
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/B4BT27CX6V
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
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
Framework agreement with several operators
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
22 July 2024
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 September 2024
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: 24 (from the date stated for receipt of tender)
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B4BT27CX6V
GO Reference: GO-2024617-PRO-26634034
six.4) Procedures for review
six.4.1) Review body
Scape Group Limited
2nd Floor, East West Building, Tollhouse Hill
Nottingham
NG1 5AT
procurement@arc-partnership.co.uk
Telephone
+44 8006696565
Country
United Kingdom