Awarded contract

Arc123 - Mechanical and Electrical Engineering Framework

  • Scape Group Limited (trading as SCAPE)

F03: Contract award notice

Notice reference: 2022/S 000-033199

Published 23 November 2022, 12:05pm



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.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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £16,000,000

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

Quality criterion - Name: Overall Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

This is an award notice, meaning this opportunity has now been awarded.

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

Quality criterion - Name: Overall Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

This is an award notice, meaning this opportunity has now been awarded.

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

Quality criterion - Name: Overall Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

This is an award notice, meaning this opportunity has now been awarded.

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

Quality criterion - Name: Overall Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

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

This is an award notice, meaning this opportunity has now been awarded.


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-019704


Section five. Award of contract

Contract No

Arc123.1

Lot No

1

Title

Mechanical Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 November 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Miller Freeman & Sons (Nottingham) Limited

4 Parkyn Road, Daybrook

Nottingham

NG5 6BG

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
National registration number

02222641

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,500,000

Total value of the contract/lot: £5,500,000


Section five. Award of contract

Contract No

Arc123.2

Lot No

2

Title

Mechanical Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 November 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Miller Freeman & Sons (Nottingham) Limited

4 Parkyn Road, Daybrook

Nottingham

NG5 6BG

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
National registration number

02222641

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,500,000

Total value of the contract/lot: £5,500,000


Section five. Award of contract

Contract No

Arc123.3

Lot No

3

Title

Electrical Engineering Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 November 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arnold Electrical

Aggregate House, 50 Church Street, Basford

Nottingham

NG6 0GD

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
National registration number

NA

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £2,500,000


Section five. Award of contract

Contract No

Arc123.4

Lot No

4

Title

Electrical Engineering Work

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 November 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Lukes & Godwin Limited

Unit 7 Hamilton Court, Oakham Business Park

Mansfield

NG18 5FB

Country

United Kingdom

NUTS code
  • UKF15 - North Nottinghamshire
National registration number

03836913

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £2,500,000


Section six. Complementary information

six.3) Additional information

This is an award notice, meaning this contract has now been awarded.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=738573458

GO Reference: GO-20221123-PRO-21543420

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.