Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Arc108 – General Building Framework |
Notice type: | Contract Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework. |
Published: | 28/04/2022 08:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Scape Group Limited
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 8006696565, Email: Mikea@scape.co.uk
Contact: Mike Armstrong
Main Address: https://www.scape.co.uk/
NUTS Code: UKF14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Arc108 – General Building Framework
Reference Number: Arc108
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework.
II.1.5) Estimated total value:
Value excluding VAT: 16,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - External works
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
71421000 - Landscape gardening services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver External Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £600,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 1 - External Works then please use access code SKY272DK9V
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Drainage
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45232452 - Drainage works.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Drainage works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 320,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 2 - Drainage then please use access code BRSK2U3P4N
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Scaffolding
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
45262100 - Scaffolding work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Scaffolding works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 320,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 3 - Scaffolding then please use access code Y5QVB482JN
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 - Painting and Decorating
Lot No: 4
II.2.2) Additional CPV codes:
45000000 - Construction work.
79931000 - Interior decorating services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Painting and Decorating works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 480,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 4 - Painting and Decorating then please use access code 35297QQ8FS
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 - Roofing
Lot No: 5
II.2.2) Additional CPV codes:
45000000 - Construction work.
45260000 - Roof works and other special trade construction works.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Roofing works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £1,200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 3,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 5 - Roofing then please use access code 8F79U9RTE9
II.2) Description Lot No. 6
II.2.1) Title: Lot 6 - Asbestos Removals
Lot No: 6
II.2.2) Additional CPV codes:
45000000 - Construction work.
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Asbestos Removal works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 6 - Asbestos Removals then please use access code 643BS375XG
II.2) Description Lot No. 7
II.2.1) Title: Lot 7 - General building works
Lot No: 7
II.2.2) Additional CPV codes:
45000000 - Construction work.
45420000 - Joinery and carpentry installation work.
79931000 - Interior decorating services.
45430000 - Floor and wall covering work.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
45110000 - Building demolition and wrecking work and earthmoving work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver General Building Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £2,000,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 6,900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 7 - General Building Work then please use access code DD927JTQDU
II.2) Description Lot No. 8
II.2.1) Title: Lot 8 - Interiors
Lot No: 8
II.2.2) Additional CPV codes:
45000000 - Construction work.
45420000 - Joinery and carpentry installation work.
79931000 - Interior decorating services.
45430000 - Floor and wall covering work.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Interior works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 920,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 8 - Interiors then please use access code SS9C3A4HK6.
II.2) Description Lot No. 9
II.2.1) Title: Lot 9 - Site Setup and Establishment
Lot No: 9
II.2.2) Additional CPV codes:
45000000 - Construction work.
45100000 - Site preparation work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Site Setup and Establishment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 9 - Site Setup and Establishment then please use access code 2J9855A2Q4
II.2) Description Lot No. 10
II.2.1) Title: Lot 10 - Catering Equipment
Lot No: 10
II.2.2) Additional CPV codes:
45000000 - Construction work.
50883000 - Repair and maintenance services of catering equipment.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39314000 - Industrial kitchen equipment.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Catering Equipment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.
The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).
The minimum annual turnover requirement for this Lot is £170,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.
A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
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: 360,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager, and add the access code for the lot you wish to apply for. If you are applying for Lot 10 - Catering Equipment then please use access code 2GG759XUK9
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:
As per the specification of the PQQ and ITT documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key performance indicators as per the PQQ and ITT documents.
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
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
Envisaged maximum number of participants to the framework agreement: 33
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 006813
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/06/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/08/2022
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 month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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. The CPV codes stated are deemed to include, the category and subcategory codes below the CPV codes stated.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=685304667
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of Justice
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Institute of Chartered Surveyors
12 Great George Street, London, SW1P 3AD, United Kingdom
Tel. +44 2476868555
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/04/2022
Annex A
View any Notice Addenda
UK-Nottingham: Construction work.
UK-Nottingham: Construction work.
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Scape Group Limited
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 8006696565, Email: roberth@scape.co.uk
Contact: Robert Hunter
Main Address: https://www.scape.co.uk/
NUTS Code: UKF14
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Arc108 – General Building Framework
Reference number: Arc108
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.2) Description
II.2.1) Title: Lot 1 - External works
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
71421000 - Landscape gardening services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of the procurement at the time of conclusion of the contract:
Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver External Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £600,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Provided
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in OJ S: 2023/S 000 - 008315
Section V: Award of contract/concession
Contract No: Arc108.2 Lot No: 2 Title: Lot 2 - Drainage
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 28/02/2023
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Drainage 2000 Ltd, 03895936
Unit 38 Station Lane Industrial Estate, Old Whittington, Chesterfield, S41 9QX, United Kingdom
NUTS Code: UKF12
The contractor/concessionaire is an SME: No
V.2.3) Name and address of the contractor/concessionaire, No. 2:
Intelligent Drainage Solutions Ltd, 08586997
Unit 3, London Road Business Park, Retford, DN22 6HG, United Kingdom
NUTS Code: UKF15
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 320,000
Currency: GBP
Section VI: Complementary Information
VI.3) Additional Information:
Where a Lot has not been awarded, this is due to insufficient engagement. While some tenders may have been received for the Lots that were not awarded, the number of compliant bids was insufficient to meet Arc Partnership's requirements. Please also note that while some of the Lots have been marked as being awarded to a group of economic operators, this is not the case and this should be read as 'No'. This is due to a technical limitation that would otherwise render this notice unpublishable.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=875833610
VI.4) Procedures for review
VI.4.1) Review Body
The High Court of Justice
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
V1.4.2) Body responsible for mediation procedures:
Royal Institute of Chartered Surveyors
12 Great George Street, London, SW1P 3AD, United Kingdom
Tel. +44 2476868555
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/07/2024
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
45000000 - Construction work.
VII.1.2) Additional CPV code(s)
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
VII.1.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
VII.1.4) Description of the procurement:
Please note that this is a modification of award notice and is not a current opportunity. Original notice stated: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Asbestos Removal works.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 48
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Provided .
VII.1.6) Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 800,000
Currency: GBP
The contract has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
MJW Asbestos Removal & Re-insulation Services Ltd, 4027924
Unit 4, Barton Road, Long Eaton, NG10 2FN, United Kingdom
NUTS Code: UKF1
The contractor/concessionaire is an SME: Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications:
Modification and increase to the contract award value.
VII.2.2) Reasons for modification:
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Since the award of lot 6 (ref Arc108.6) Arc Partnership have seen a considerable increase in work requiring the removal of asbestos as well as an increase due to external financial pressures. We are therefore modifying and increasing the contract award value to provide sufficient time to allow for a separate procurement and contract to be established.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 800,000
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 1,200,000
Currency: GBP
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Group Limited
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 8006696565, Email: Mikea@scape.co.uk
Contact: Mike Armstrong
Main Address: https://www.scape.co.uk/
NUTS Code: UKF14
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Arc Partnership is a joint venture between Nottinghamshire County Council and Scape Group to provide built environments
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Arc108 – General Building Framework
Reference number: Arc108
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Please note that this is an award notice and is not a current opportunity. Original: Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,280,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - External works
Lot No:1
II.2.2) Additional CPV code(s):
45000000 - Construction work.
71421000 - Landscape gardening services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver External Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £600,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Drainage
Lot No:2
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45232452 - Drainage works.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Drainage works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 3)
II.2.1) Title:Lot 3 - Scaffolding
Lot No:3
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45262100 - Scaffolding work.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Scaffolding works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 4)
II.2.1) Title:Lot 4 - Painting and Decorating
Lot No:4
II.2.2) Additional CPV code(s):
45000000 - Construction work.
79931000 - Interior decorating services.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Painting and Decorating works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 5)
II.2.1) Title:Lot 5 - Roofing
Lot No:5
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45260000 - Roof works and other special trade construction works.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Roofing works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £1,200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 6)
II.2.1) Title:Lot 6 - Asbestos Removals
Lot No:6
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Asbestos Removal works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 7)
II.2.1) Title:Lot 7 - General building works
Lot No:7
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45420000 - Joinery and carpentry installation work.
79931000 - Interior decorating services.
45430000 - Floor and wall covering work.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
45110000 - Building demolition and wrecking work and earthmoving work.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver General Building Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £2,000,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 8)
II.2.1) Title:Lot 8 - Interiors
Lot No:8
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45420000 - Joinery and carpentry installation work.
79931000 - Interior decorating services.
45430000 - Floor and wall covering work.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Interior works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 9)
II.2.1) Title:Lot 9 - Site Setup and Establishment
Lot No:9
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45100000 - Site preparation work.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Site Setup and Establishment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
II.2) Description (lot no. 10)
II.2.1) Title:Lot 10 - Catering Equipment
Lot No:10
II.2.2) Additional CPV code(s):
45000000 - Construction work.
50883000 - Repair and maintenance services of catering equipment.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39314000 - Industrial kitchen equipment.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
South Yorkshire
II.2.4) Description of the procurement: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Catering Equipment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £170,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Total Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.
II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-006813
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Arc108.2
Lot Number: 2
Title: Lot 2 - Drainage
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Drainage 2000 Ltd, 03895936
Unit 38 Station Lane Industrial Estate, Old Whittington, Chesterfield, S41 9QX, United Kingdom
NUTS Code: UKF12
The contractor is an SME: Yes
Contractor (No.2)
Intelligent Drainage Solutions Ltd, 08586997
Unit 3, London Road Business Park, Retford, DN22 6HG, United Kingdom
NUTS Code: UKF15
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 320,000
Total value of the contract/lot: 320,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Arc108.4
Lot Number: 4
Title: Lot 4 - Painting and Decorating
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Riley & Co (Mansfield) Limited, 2599772
Killicks Accountants, 35-37 Kingsway, Kirkby-in-Ashfield, NG17 7DR, United Kingdom
NUTS Code: UKF15
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 480,000
Total value of the contract/lot: 480,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Arc108.5
Lot Number: 5
Title: Lot 5 - Flooring
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
NRA Roofing & Flooring Services Ltd, 2001873
Rock House, Millership Way, Ilkeston, DE7 8DW, United Kingdom
NUTS Code: UKF13
The contractor is an SME: Yes
Contractor (No.2)
Midland Roofing Services (Derby) Ltd, 01418068
Staker Lane, Mickleover, Derby, DE3 0DJ, United Kingdom
NUTS Code: UKF11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,400,000
Total value of the contract/lot: 3,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Arc108.6
Lot Number: 6
Title: Lot 6 - Asbestos Removals
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
MJW Asbestos Removal & Re-insulation Services Ltd, 4027924
Unit 4, Barton Road, Long Eaton, NG10 2FN, United Kingdom
NUTS Code: UKF16
The contractor is an SME: Yes
Contractor (No.2)
Warburton Services Limited, 1059349
11 Arbutus Close, Barton Green, Clifton, Nottingham, NG11 8SQ, United Kingdom
NUTS Code: UKF14
The contractor is an SME: Yes
Contractor (No.3)
HB Insulations Ltd, 04308840
14 Phoenix Park, Telford Way, Coalville, LE67 3HB, United Kingdom
NUTS Code: UKF22
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 800,000
Total value of the contract/lot: 800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Arc108.8
Lot Number: 8
Title: Lot 8 - Interiors
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Three Sixty Contractors Ltd, 13346960
10 Milton Court, Ravenshead, NG15 9BD, United Kingdom
NUTS Code: UKF15
The contractor is an SME: Yes
Contractor (No.2)
Domino Commercial Interiors Ltd, 2572489
29 Orgreave Drive, Sheffield, S13 9NR, United Kingdom
NUTS Code: UKE32
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 920,000
Total value of the contract/lot: 920,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Arc108.10
Lot Number: 10
Title: Lot 10 - Catering Equipment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
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
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Hatherley Commercial Services Limited, 4491384
Unit 2 Woodland Court, Jessop Close, Brunel Business Park, Newark, NG24 2AG, United Kingdom
NUTS Code: UKF15
The contractor is an SME: Yes
Contractor (No.2)
KCM Catering Equipment, 4491384
Unit 11 Priest Court, Caunt Road, Grantham, NG31 7FZ, United Kingdom
NUTS Code: UKF30
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 360,000
Total value of the contract/lot: 360,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Arc108.1
Lot Number: 1
Title: Lot 1 - External Works
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.8)
Contract No: Arc108.3
Lot Number: 3
Title: Lot 3 - Scaffolding
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.9)
Contract No: Arc108.7
Lot Number: 7
Title: Lot 7 - General Building Works
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.10)
Contract No: Arc108.9
Lot Number: 9
Title: Lot 9 - Site Setup and Establishment
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information: Where a Lot has not been awarded, this is due to insufficient engagement. While some tenders may have been received for the Lots that were not awarded, the number of compliant bids was insufficient to meet Arc Partnership's requirements. Please also note that while some of the Lots have been marked as being awarded to a group of economic operators, this is not the case and this should be read as 'No'. This is due to a technical limitation that would otherwise render this notice unpublishable.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=764203914
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Royal Institute of Chartered Surveyors
12 Great George Street, London, SW1P 3AD, United Kingdom
Tel. +44 2476868555
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/03/2023