海角社区app

Construction Tenders

Thu September 19 2024

Related Information

Construction Contract Leads

East Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 10th Sep 2024

Tender Details
Referenceocds-h6vhtk-049987
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£800,000
« Previous Page

East Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 10th Sep 2024

Tender Details
Referenceocds-h6vhtk-049987
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£800,000

Section I: Contracting authority

I.1) Name and addresses

Scape Group Limited (trading as SCAPE)

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Contact

Olga Kochowicz

Email

procurement [at] arc-partnership.co.uk

Telephone

+44 8006696565

Country

United Kingdom

NUTS code

UKF14 - Nottingham

National registration number

5660357

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

SCAPE is a public sector owned, built environment specialist supplier of framework and procurement solutions.


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

AP2418 - Asbestos Analyst Consultancy Framework

Reference number

AP2418

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 拢800,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71250000 - Architectural, engineering and surveying services
  • 71317000 - Hazard protection and control consultancy services

II.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

EAST MIDLANDS (ENGLAND)

II.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: 拢5,000,000.00 Employer's Liability Insurance, 拢5,000,000.00 Public Liability Insurance and 拢10,000,000 Professional Indemnity Insurance.

Full procurement details can be found within document K02 of the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 拢800,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated withing the Framework Conditions.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 October 2024

Local time

2:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 November 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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:

GO Reference: GO-2024910-PRO-27653681

VI.4) Procedures for review

VI.4.1) Review body

SCAPE Group Ltd

2nd Floor, East West Building, 1 Tollhouse Hill

Nottingham

NG1 5AT

Country

United Kingdom

VI.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