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
NG1 6BT
UK
Contact person: Robert Hunter
Telephone: +44 8006696565
E-mail: procurement@arc-partnership.co.uk
NUTS: UKF14
Internet address(es)
Main address: https://www.arc-partnership.co.uk/
Address of the buyer profile: https://www.scape.co.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/respond/7JH28TAEZ9
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 is a public sector owned supplier of framework solutions
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AP2213 - Statutory Inspections 2023-29
Reference number: AP2213
II.1.2) Main CPV code
71315300
II.1.3) Type of contract
Services
II.1.4) Short description
SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the undertaking of inspections in line with our statutory duties, across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.
The NEC4 Term Service Short Contract will be used to assist the Client in conducting the services of this Contract.
Please note: No warranty is given to the Supplier by neither SCAPE or the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
50750000
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
The service comprises of the inspection of a number of pieces of equipment, including, but not limited to:
•Lifting and hoisting equipment including slings and ceiling track hoists
•Passenger and goods lifts
•Lifting beds and other furniture
The Contract will be in place for a period of 2 years, with the option to extend for 2 periods of 2 years (2 + 2 + 2 = maximum 6 years).
The £250,00.00 estimated value is the approximate maximum value of the contract over the potential 6 years of the contract, equating to around £41,000 per annum. However, as stated, no guarantee of this value is given to the Bidders.
The Procurement will be conducted under an Open Procedure, in line with the Public Contracts Regulations 2015. The process will be split into 2 parts:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked.
Stage 2 – Award Stage – Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top scoring Bidder will be invited to enter the Contract.
Full procurement details can be found within the procurement documentation.
Please note: The Client reserve the right to establish communication with the awarded Contractor, prior to the Contract start date.
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:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2023
End:
31/08/2029
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/7JH28TAEZ9
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Contract performance to be measured via Key Performance Indicators as stated in the contract documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
06/07/2023
Local time: 14:00
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:
06/07/2023
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Building-surveying-services./7JH28TAEZ9" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Building-surveying-services./7JH28TAEZ9</a>
To respond to this opportunity, please click here:
<a href="https://www.delta-esourcing.com/respond/7JH28TAEZ9" target="_blank">https://www.delta-esourcing.com/respond/7JH28TAEZ9</a>
GO Reference: GO-202361-PRO-23097092
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
Royal Institute of Chartered Surveyors
12 Great George Street
London
SW1P 3AD
UK
Telephone: +44 2476868555
VI.5) Date of dispatch of this notice
01/06/2023