Scape Group Limited (trading as SCAPE): Arc108 – General Building Framework

  Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing

Notice Summary
Title: Arc108 – General Building Framework
Notice type: Contract Award Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Restricted
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.
Published: 22/03/2023 11:55

View Full Notice

UK-Nottingham: Construction work.

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




View any Notice Addenda

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