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
procurement@arc-partnership.co.uk
Telephone
+44 8006696565
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
5660357
Internet address(es)
Main address
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.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 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, 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) is seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement process it is anticipated that 3 asbestos consultants/analysts will be 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 will utilise a Mini-competition framework procedure where the three providers will 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 will be for 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract will be used to manage the Client and Supplier relationship. The Contract will cover all elements of the Client's business. The contract will consists of one Lot.
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)
- 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 will comprise 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 is a framework opportunity that will utilise 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. At this stage Arc anticipate that three (3) suppliers will be awarded to provide all the required services at the conclusion of the procurement process. The suppliers 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. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement. Bidders applying for this Framework are required to have a minimum annual turnover of GBP100 000 and have set accreditations and memberships as identified in tender documents.
The procurement will be conducted in 2 stages:
Stage 1 - Selection Stage - This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. Bidders must meet all of the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 6 scoring Bidders will progress to Stage 2. The criteria and questions are based on the Bidders history and what they are currently doing.
Stage 2 - Award Stage - This is a set questions that Bidder needs to answer based on what the Bidder will do or how they will approach works if they get onto the Framework. Bidders will also be evaluated on their submitted prices and scores will be added to achieve a price/quality score. The top scoring 3 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 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 are: £5,000,000.00 Employer's Liability Insurance, £5,000,000.00 Public Liability Insurance and £10,000,000 Professional Indemnity Insurance.
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 number of candidates: 6
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
Prices will be set for the first 2 years of the Framework with prices for the following years linked to CPI.
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 full selection criteria - including any pass / fail elements based on technical ability - are detailed within the procurement documents.
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
As stated withing the Framework Conditions.
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
11 October 2024
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 November 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/242HT78YV6
GO Reference: GO-2024910-PRO-27653681
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