Scape Group Limited (trading as SCAPE): AP2418 - Asbestos Analyst Consultancy Framework

  Scape Group Limited (trading as SCAPE) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: AP2418 - Asbestos Analyst Consultancy Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Restricted
Short Description: SCAPE, on behalf of Arc Partnership (the Client) is seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement process it is anticipated that 3 asbestos consultants/analysts will be appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework will utilise a Mini-competition framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary. The framework duration will be for 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract will be used to manage the Client and Supplier relationship. The Contract will cover all elements of the Client's business. The contract will consists of one Lot.
Published: 10/09/2024 09:57
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Group Limited (trading as SCAPE), 5660357
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk
             Contact: Olga Kochowicz
             Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.arc-partnership.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: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./242HT78YV6
      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: AP2418 - Asbestos Analyst Consultancy Framework       
      Reference Number: AP2418
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: SCAPE, on behalf of Arc Partnership (the Client) is seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement process it is anticipated that 3 asbestos consultants/analysts will be appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework will utilise a Mini-competition framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary. The framework duration will be for 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract will be used to manage the Client and Supplier relationship. The Contract will cover all elements of the Client's business. The contract will consists of one Lot.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71315000 - Building services.
      71250000 - Architectural, engineering and surveying services.
      71317000 - Hazard protection and control consultancy services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Provision of Asbestos Analysis Consultancy Services.

Estimated value based on framework duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. The actual amount of work issued via the Framework cannot be guaranteed and will vary depending on requirements as they arise.

This is a framework opportunity that will utilise a mini-competition or direct award to allocate projects. The model works on framework pre-tendered net labour, materials and sub-contractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that three (3) suppliers will be awarded to provide all the required services at the conclusion of the procurement process. The suppliers will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement. Bidders applying for this Framework are required to have a minimum annual turnover of GBP100 000 and have set accreditations and memberships as identified in tender documents.

The procurement will be conducted in 2 stages:

Stage 1 - Selection Stage - This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. Bidders must meet all of the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 6 scoring Bidders will progress to Stage 2. The criteria and questions are based on the Bidders history and what they are currently doing.

Stage 2 - Award Stage - This is a set questions that Bidder needs to answer based on what the Bidder will do or how they will approach works if they get onto the Framework. Bidders will also be evaluated on their submitted prices and scores will be added to achieve a price/quality score. The top scoring 3 Bidders will be invited to enter the Framework.

Please note: Arc Partnership reserve the right to establish communication with the awarded Contractors, prior to the Framework start date.

Full details of the process can be found withing tender documents, however, this will be a stage 2, restricted process as identified within regulation 28 of the Public Contracts Regulations 2015.

The minimum insurance requirements are: £5,000,000.00 Employer's Liability Insurance, £5,000,000.00 Public Liability Insurance and £10,000,000 Professional Indemnity Insurance.

Full procurement details can be found within document K02 of the tender documents.
      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 number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Prices will be set for the first 2 years of the Framework with prices for the following years linked to CPI.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      The full selection criteria - including any pass / fail elements based on technical ability - are detailed within the procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As stated withing the Framework Conditions.          
      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: 3               
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/10/2024 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/11/2024       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 24
      
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./242HT78YV6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/242HT78YV6
   VI.4) Procedures for review
   VI.4.1) Review body:
             SCAPE Group Ltd
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The High Court of England and Wales
          Royal Courts of Justice, Strand, London, London, WC2A 2LL, United Kingdom
   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: 10/09/2024

Annex A


View any Notice Addenda

UK-Nottingham: Architectural, construction, engineering and inspection services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Scape Group Limited (trading as SCAPE), 5660357
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk
       Contact: Olga Kochowicz
       Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
       NUTS Code: UKF14

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: AP2418 - Asbestos Analyst Consultancy Framework      Reference number: AP2418      
   II.1.2) Main CPV code:
      71000000 - Architectural, construction, engineering and inspection services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: SCAPE, on behalf of Arc Partnership (the Client) is seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement process it is anticipated that 3 asbestos consultants/analysts will be appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework will utilise a Mini-competition framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/09/2024

VI.6) Original notice reference:

   Notice Reference:    2024 - 702155   
   Notice number in OJ S:    2024/S 000 - 028903
   Date of dispatch of the original notice: 10/09/2024

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.4          
         Lot No: Not provided          
         Place of text to be modified: Final paragraph          
         Instead of: The minimum insurance requirements are: £5,000,000.00 Employer's Liability Insurance, £5,000,000.00 Public Liability Insurance and £10,000,000 Professional Indemnity Insurance.          
         Read: The minimum insurance requirements are: £5,000,000.00 Employer's Liability Insurance, £5,000,000.00 Public Liability Insurance and £5,000,000 Professional Indemnity Insurance.
                                    
   
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./242HT78YV6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/242HT78YV6


View Award Notice