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/tenders/UK-UK-Nottingham:-Engineering-design-services-for-mechanical-and-electrical-installations-for-buildings./B4BT27CX6V
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-title/B4BT27CX6V
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 procurement specialist.
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AP2411 - M&E Design Services Framework
Reference number: AP2411
II.1.2) Main CPV code
71321000
II.1.3) Type of contract
Services
II.1.4) Short description
Scape Group, on behalf of Arc Property Services Partnership Limited as seeking to set up a Framework for mechanical and electrical design work. All sites where projects will be situated will be within the the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.
The NEC4 Framework Contract will be used to manage the supplier and client relationship.
Please note: No warranty is given to the Contractor by neither SCAPE nor 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 Contractor during the Framework period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation inthe volume of the work.
A overview of the services required can be found within documents K01 of the procurement documents.
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71000000
79933000
72242000
71320000
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 services will be performed in conjunction with the BG6 proforma and the RIBA stages of design. Successful Bidders must have experieince of BIM. It is anticipated that the services will be provided by the Contractor themselves and/or through their supply chain. Consortia bids will be accepted.
The Framework will be in place for a period of 2 years, with the option to extend for two further periods of 1 year (2 + 1+ 1 = max 4 years) and will conclude with a maximum of 4 suppliers.
The Procurement will be conducted in 2 stages:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 7 scoring Bidders will progress on to Stage 2.
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 4 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 within the tender documents, however, this will be a 2 stage, restricted process as identified within regulation 28 of the The Public Contracts Regulations 2015.
Stage 1 – Selection Criteria – This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. The criteria and questions are based on the Bidders history and what they are currently doing. Written answers will be scored by an evaluation panel.
Stage 2 – Award Criteria – This is a set of questions that the Bidder needs to answer based on what the Bidder will do or how they will approach works, if they get onto the framework. This will be scored by an evaluation panel.
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:
800 000.00
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
Envisaged minimum number: 1
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/B4BT27CX6V
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
22/07/2024
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/09/2024
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: 24 (from the date stated for receipt of tender)
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:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Engineering-design-services-for-mechanical-and-electrical-installations-for-buildings./B4BT27CX6V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B4BT27CX6V
GO Reference: GO-2024617-PRO-26634034
VI.4) Procedures for review
VI.4.1) Review body
Scape Group Limited
2nd Floor, East West Building, Tollhouse Hill
Nottingham
NG1 5AT
UK
Telephone: +44 8006696565
E-mail: procurement@arc-partnership.co.uk
VI.5) Date of dispatch of this notice
17/06/2024