Opportunity

Arc123 - Mechanical and Electrical Engineering Framework

  • Scape Group Limited (trading as SCAPE)

F02: Contract notice

Notice reference: 2022/S 000-019704

Published 19 July 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Scape Group Limited (trading as SCAPE)

2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham

Nottingham

NG1 5AT

Email

procurement@arc-partnership.co.uk

Telephone

+44 1159583200

Country

United Kingdom

NUTS code

UKF14 - Nottingham

National registration number

05660357

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./9G2348N5ZY

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 Group is a public sector owned, built environment specialist supplier of framework solutions.


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Arc123 - Mechanical and Electrical Engineering Framework

Reference number

Arc123

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

SCAPE is procuring this framework on behalf of Arc Property Services Partnership Limited (Arc Partnership).

Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. This framework is for the provision of mechanical and electrical engineering works for Arc Partnership.

Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector.

The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Mechanical Engineering Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45350000 - Mechanical installations
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71500000 - Construction-related services
  • 71300000 - Engineering services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715300 - Plumbing equipment
  • 44115200 - Plumbing and heating materials
  • 44115210 - Plumbing materials

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

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 1 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

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: £5,500,000

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.2.10) 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/9G2348N5ZY

two.2) Description

two.2.1) Title

Mechanical Engineering Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45350000 - Mechanical installations
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71500000 - Construction-related services
  • 71300000 - Engineering services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715300 - Plumbing equipment
  • 44115200 - Plumbing and heating materials
  • 44115210 - Plumbing materials

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

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 2 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

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: £5,500,000

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.2.10) 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/9G2348N5ZY

two.2) Description

two.2.1) Title

Electrical Engineering Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment

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

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 3 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.

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: £2,500,000

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.2.10) 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/9G2348N5ZY

two.2) Description

two.2.1) Title

Electrical Engineering Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 32000000 - Radio, television, communication, telecommunication and related equipment

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

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 4 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.

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: £2,500,000

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.2.10) 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/9G2348N5ZY


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The procuring body expects that each bidder is suitably qualified in the field of their respective services, is registered with a relevant trade body, and can evidence this as a part of the bid.

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

Arc will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:

— other companies engaged in Arc or other frameworks,

— the overall performance of all Arc or other frameworks,

— national performance measures where they are available.

The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details can be found within the procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

26 August 2022

Local time

12:00pm

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

26 August 2022

Local time

12:01pm

Place

Nottingham


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.Arc, through this procurement exercise, are seeking to enter into a Framework with a maximum of one supplier for each Lot, with two parallel Lots for Mechanical Engineering and two parallel Lots for Electrical Engineering, making a total of 4 Lots and 4 suppliers.

Contractors are required to tender both their Overhead and Profit figure and their Design fee as separate percentages. These figures are tendered at tender stage and are not revisited during the duration of the framework. They will be automatically included by Arc and added to the prices that contractors submit for carrying out works on a project by project basis.

The evaluation of quotations and methods of call-off are explained in the ITT documentation.

The Framework will be for an initial period of 2 years with the option to extend by an extra two years in annual increments to a maximum of four years (2+1+1).

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

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./9G2348N5ZY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9G2348N5ZY

GO Reference: GO-2022719-PRO-20635319

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30-day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of

ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Proceedings may be instigated by the issue of a Claim Form meeting the requirements of the Court Procedure Rules (‘CPR’) within 30 days from when the relevant economic operator first knew or ought to have known that grounds for proceedings had arisen.