Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Arc123 - Mechanical and Electrical Engineering Framework

  • First published: 20 July 2022
  • Last modified: 20 July 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0353a0
Published by:
Scape Group Limited (trading as SCAPE)
Authority ID:
AA81744
Publication date:
20 July 2022
Deadline date:
26 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 1 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scape Group Limited (trading as SCAPE)

05660357

2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham

Nottingham

NG1 5AT

UK

Telephone: +44 1159583200

E-mail: procurement@arc-partnership.co.uk

NUTS: UKF14

Internet address(es)

Main address: https://www.scape.co.uk/

Address of the buyer profile: https://www.scape.co.uk/

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:-Construction-work./9G2348N5ZY


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Scape Group is a public sector owned, built environment specialist supplier of framework solutions.

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Arc123 - Mechanical and Electrical Engineering Framework

Reference number: Arc123

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

SCAPE is procuring this framework on behalf of Arc Property Services Partnership Limited (Arc Partnership).

Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. This framework is for the provision of mechanical and electrical engineering works for Arc Partnership.

Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector.

The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Mechanical Engineering Works

II.2.2) Additional CPV code(s)

45350000

45100000

45200000

45300000

45400000

51100000

71000000

71500000

71300000

71600000

71800000

39715000

39715300

44115200

44115210

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

EAST MIDLANDS (ENGLAND)

II.2.4) Description of the procurement

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 1 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

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: 5 500 000.00  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

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9G2348N5ZY

Lot No: 2

II.2.1) Title

Mechanical Engineering Works

II.2.2) Additional CPV code(s)

45350000

45100000

45200000

45300000

45400000

51100000

71000000

71500000

71300000

71600000

71800000

39715000

39715300

44115200

44115210

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

EAST MIDLANDS (ENGLAND)

II.2.4) Description of the procurement

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 2 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

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: 5 500 000.00  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

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9G2348N5ZY

Lot No: 3

II.2.1) Title

Electrical Engineering Works

II.2.2) Additional CPV code(s)

45310000

45100000

45200000

45300000

45400000

51100000

71000000

71300000

71500000

71600000

71800000

31000000

32000000

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

EAST MIDLANDS (ENGLAND)

II.2.4) Description of the procurement

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 3 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.

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: 2 500 000.00  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

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9G2348N5ZY

Lot No: 4

II.2.1) Title

Electrical Engineering Works

II.2.2) Additional CPV code(s)

45310000

45100000

45200000

45300000

45400000

51100000

71000000

71300000

71500000

71600000

71800000

31000000

32000000

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

EAST MIDLANDS (ENGLAND)

II.2.4) Description of the procurement

Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).

The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 4 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.

Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.

Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.

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: 2 500 000.00  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

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9G2348N5ZY

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 procuring body expects that each bidder is suitably qualified in the field of their respective services, is registered with a relevant trade body, and can evidence this as a part of the bid.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Arc will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:

— other companies engaged in Arc or other frameworks,

— the overall performance of all Arc or other frameworks,

— national performance measures where they are available.

The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details can be found within the procurement 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 26/08/2022

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/08/2022

Local time: 12:01

Place:

Nottingham

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Arc, through this procurement exercise, are seeking to enter into a Framework with a maximum of one supplier for each Lot, with two parallel Lots for Mechanical Engineering and two parallel Lots for Electrical Engineering, making a total of 4 Lots and 4 suppliers.

Contractors are required to tender both their Overhead and Profit figure and their Design fee as separate percentages. These figures are tendered at tender stage and are not revisited during the duration of the framework. They will be automatically included by Arc and added to the prices that contractors submit for carrying out works on a project by project basis.

The evaluation of quotations and methods of call-off are explained in the ITT documentation.

The Framework will be for an initial period of 2 years with the option to extend by an extra two years in annual increments to a maximum of four years (2+1+1).

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./9G2348N5ZY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9G2348N5ZY

GO Reference: GO-2022719-PRO-20635319

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30-day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of

ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Proceedings may be instigated by the issue of a Claim Form meeting the requirements of the Court Procedure Rules (‘CPR’) within 30 days from when the relevant economic operator first knew or ought to have known that grounds for proceedings had arisen.

VI.5) Date of dispatch of this notice

19/07/2022

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
71500000 Construction-related services Architectural, construction, engineering and inspection services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
45310000 Electrical installation work Building installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71300000 Engineering services Architectural, construction, engineering and inspection services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
45350000 Mechanical installations Building installation work
44115200 Plumbing and heating materials Building fittings
39715300 Plumbing equipment Water heaters and heating for buildings; plumbing equipment
44115210 Plumbing materials Building fittings
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
45100000 Site preparation work Construction work
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@arc-partnership.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.