Scape Group Limited (trading as SCAPE): Arc067 – Repairs, Servicing & Maintenance (RSM) Framework

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

Notice Summary
Title: Arc067 – Repairs, Servicing & Maintenance (RSM) Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Restricted
Short Description: Scape are procuring this framework on behalf of Arc Property Services Partnership Limited. Arc is seeking suitably experienced organisations to provide Repairs Servicing & Maintenance (RSM) as described within the Contract Notice and procurement documentation. Applications are invited from experienced providers 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. The specific works and services that may be procured under the Framework are clearly defined along with the nature and types of works that may be required including those services identified by CPV code and detailed within the tender documents.
Published: 01/10/2019 09:39

View Full Notice

UK-Nottingham: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Group Limited
             Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1159583200, Email: Andyb@scapegroup.co.uk
             Contact: Andy Button
             Main Address: https://www.scapegroup.co.uk/, Address of the buyer profile: www.scapegroup.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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta 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
            Social protection

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Arc067 – Repairs, Servicing & Maintenance (RSM) Framework       
      Reference Number: Arc067
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scape are procuring this framework on behalf of Arc Property Services Partnership Limited.
Arc is seeking suitably experienced organisations to provide Repairs Servicing & Maintenance (RSM) as described within the Contract Notice and procurement documentation. Applications are invited from experienced providers 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.
The specific works and services that may be procured under the Framework are clearly defined along with the nature and types of works that may be required including those services identified by CPV code and detailed within the tender documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - General Building (Up to £10k)       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      44220000 - Builders' joinery.
      45000000 - Construction work.
      45233253 - Surface work for footpaths.
      45260000 - Roof works and other special trade construction works.
      45261320 - Guttering work.
      45262100 - Scaffolding work.
      45262520 - Bricklaying work.
      45342000 - Erection of fencing.
      45410000 - Plastering work.
      45421100 - Installation of doors and windows and related components.
      45421146 - Installation of suspended ceilings.
      45421152 - Installation of partition walls.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide General Building Works at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £2,431,766 over the past four years therefore an average of £607,941 per year for General Building Work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of general buildings repairs and maintenance work, with a value of up to £10,000 per single project. Above this value Arc has an existing Framework for scheduled works.
The minimum turnover requirement: £1,215,000 GBP per annum.
.
      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: 2,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond.
If you are already registered you will not need to register again, simply use your existing username and password.
Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:
Lot 1 - General Building (Up to £10k) =WQNM34HKM2       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Air Handling Plant and Air Conditioning       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      42500000 - Cooling and ventilation equipment.
      42511110 - Heat pumps.
      42520000 - Ventilation equipment.
      44622000 - Heat-recovery systems.
      50000000 - Repair and maintenance services.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50720000 - Repair and maintenance services of central heating.
      50730000 - Repair and maintenance services of cooler groups.
      71315410 - Inspection of ventilation system.
      90900000 - Cleaning and sanitation services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Air Handling, Plant and Air Conditioning servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.
The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £713,380 over the past four years therefore an average of £178,345 per year for Air Handling, Plant and Air Conditioning servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Air Handling, Plant and Air Conditioning work.

The minimum turnover requirement: £356,000 GBP per annum.
      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: 713,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for: Lot 2 = 9X78EGS223       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - Auto Doors and Roller Shutters, Partition Walls/Doors       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      44221000 - Windows, doors and related items.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Auto doors, Roller Shutters and Partition Walls & Doors servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.
The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £745,519 over the past four years therefore an average of £186,379 per year for Auto doors, Roller Shutters and Partition Walls & Doors servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.
The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.
One Bidder is to be appointed for the provision of Auto doors, Roller Shutters and Partition Walls & Doors servicing.
The minimum turnover requirement: £372,000 GBP per annum.
      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: 745,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 3 = X6S6N8DATJ       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 – Electrical Engineering       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      09332000 - Solar installation.
      31154000 - Uninterruptible power supplies.
      50116100 - Electrical-system repair services.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      51111000 - Installation services of electric motors, generators and transformers.
      71314100 - Electrical services.
      09000000 - Petroleum products, fuel, electricity and other sources of energy.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Electrical Engineering work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £702k over the past four years therefore an average of £175,601 per year for Electrical Engineering work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Electrical Engineering work.

The minimum turnover requirement: £351,000 GBP per annum.
      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: 702,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 4 - Electrical Engineering = 22B89U93X4


.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 - Fire & Intruder Alarm Systems       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      31625000 - Burglar and fire alarms.
      31625100 - Fire-detection systems.
      44115500 - Sprinkler systems.
      51700000 - Installation services of fire protection equipment.
      79711000 - Alarm-monitoring services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Fire & Intruder Alarm Systems Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £1,365,998 over the past four years therefore an average of £341,499 per year for Fire & Intruder Alarm Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Fire & Intruder Alarm Systems Servicing work.

The minimum turnover requirement: £682,000 GBP per annum.
      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: 1,365,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 5 - Fire & Intruder Alarm Systems = JX4G4F85VJ
.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6 - Gates & Barriers       
      Lot No: Lot 6       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Gates & Barriers Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £119,677 over the past four years therefore an average of £29,919 per year for Gates & Barriers Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Gates & Barriers Servicing work.

The minimum turnover requirement: £59,000 GBP per annum.
      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: 120,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 6 - Gates & Barriers = 39A7NN886Q


.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7 - Lightning Protection and Fall Arrest Equipment       
      Lot No: Lot 7       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
      31216100 - Lightning-protection equipment.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Lightning Protection and Fall Arrest Equipment work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £178,809 over the past four years therefore an average of £44,702 per year for Lightning Protection and Fall Arrest Equipment work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Lightning Protection and Fall Arrest Equipment work.

The minimum turnover requirement: £89,000 GBP per annum.
      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: 178,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/ You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 7 = X9U4V83C93       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 8 – Mechanical Engineering and Plumbing       
      Lot No: Lot 8       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      09320000 - Steam, hot water and associated products.
      39137000 - Water softeners.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      39721400 - Instantaneous or storage non-electric water heaters.
      42160000 - Boiler installations.
      44161200 - Water mains.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50720000 - Repair and maintenance services of central heating.
      09000000 - Petroleum products, fuel, electricity and other sources of energy.
      90915000 - Furnace and chimney cleaning services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Mechanical Engineering & Plumbing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £3,374,959 over the past four years therefore an average of £843,739 per year for Mechanical Engineering & Plumbing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Mechanical Engineering & Plumbing work.

The minimum turnover requirement: £1,687,000 GBP per annum.
      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: 3,374,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 8 - Mechanical Engineering & Plumbing = 4WR3686T5P       
II.2) Description Lot No. 9
      
      II.2.1) Title: Lot 9 - Septic Tanks & Sewage Pumps       
      Lot No: Lot 9       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      42122220 - Sewage pumps.
      43324000 - Drainage equipment.
      90733500 - Surface water pollution drainage services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Septic Tank & Sewage Pumps Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £358,113 over the past four years therefore an average of £89,528 per year for Septic Tank & Sewage Pumps Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Septic Tank & Sewage Pumps Servicing work.

The minimum turnover requirement: £179,000 GBP per annum.
      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: 350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 9 - Septic Tanks & Sewage Pumps = H3H646K439


.       
II.2) Description Lot No. 10
      
      II.2.1) Title: Lot 10 - Solid Fuel Systems       
      Lot No: Lot 10       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      42122180 - Fuel pumps.
      42160000 - Boiler installations.
      90915000 - Furnace and chimney cleaning services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Solid Fuel Systems Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £187,019 over the past four years therefore an average of £46,754 per year for Solid Fuel Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Solid Fuel Systems Servicing work.
The minimum turnover requirement: £93,000 GBP per annum.
      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: 187,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 10 - Solid Fuel Systems = 4XPT4VG6X9


.       
II.2) Description Lot No. 11
      
      II.2.1) Title: Lot 11 - Standby Generators       
      Lot No: Lot 11       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      31120000 - Generators.
      31127000 - Emergency generator.
      31161000 - Parts for electrical motors and generators.
      50532300 - Repair and maintenance services of generators.
      51111200 - Installation services of generators.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Standby Generator Servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £94,987 over the past four years therefore an average of £23,746 per year for Standby Generator Servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Standby Generator Servicing.

The minimum turnover requirement: £93,000 GBP per annum.
      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: 95,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 11 - Standby Generators = 5ZBM496DJ7


.       
II.2) Description Lot No. 12
      
      II.2.1) Title: Lot 12 - Legionella Monitoring       
      Lot No: Lot 12       
      II.2.2) Additional CPV codes:
      71600000 - Technical testing, analysis and consultancy services.
      71610000 - Composition and purity testing and analysis services.
      71700000 - Monitoring and control services.
      
      II.2.3) Place of performance:
      UKF2 Leicestershire, Rutland and Northamptonshire
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Arc Partnership requires a Bidder to provide Legionella Monitoring at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, Legionella Monitoring and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £362,050 over the past four years therefore an average of £90,512 per year. Arc will work with the Contractor during the contract period to review ways of reducing the current levels.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Legionella Monitoring.

The minimum turnover requirement: £181,000 GBP per annum.
      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: 360,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Framework duration of four (4) years.
This will comprise of Two years plus optional extension years of One plus One year I.E 2+1+1 =4 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: The PQQ asks for the information that Scape require to select the Five (5) highest scoring compliant Bidders for each Lot, who will be invited to respond to the ITT stage based on the highest ranked score, but reserves the right to change this should it deem necessary.
      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 12 -Legionella Monitoring = 5PW58BZUN9


.       


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:          
      Not Provided       
      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       
      Arc will include a set of performance measures in the Contract and these will be used to manage the performance of the Contract, set improvement targets and monitor continuous improvement..

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 with Arc or other frameworks,
— the overall performance of all Arc or other frameworks,
— national performance measures where they are available.          
      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: 12               
         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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2019/S 171 - 417656       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/11/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/01/2020       
      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): 6
      
      

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=426418313
   VI.4) Procedures for review
   VI.4.1) Review body:
             Scape Group Limited
       2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: https://www.scapegroup.co.uk/
   VI.4.2) Body responsible for mediation procedures:
             Scape Group Limited
          2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 1159583200
          Internet address: https://www.scapegroup.co.uk/
   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:
          Scape Group Limited
       2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200
       Internet address: https://www.scapegroup.co.uk/
   VI.5) Date Of Dispatch Of This Notice: 01/10/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Scape Group Limited
       Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: Andyb@scapegroup.co.uk
       Contact: Andy Button
       Main Address: https://www.scapegroup.co.uk/, Address of the buyer profile: http://www.scapegroup.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:
      Social protection

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Arc067 – Repairs, Servicing & Maintenance (RSM) Framework            
      Reference number: Arc067

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scape are procuring this framework on behalf of Arc Property Services Partnership Limited.
Arc is seeking suitably experienced organisations to provide Repairs Servicing & Maintenance (RSM) as described within the Contract Notice and procurement documentation. Applications are invited from experienced providers 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.
The specific works and services that may be procured under the Framework are clearly defined along with the nature and types of works that may be required including those services identified by CPV code and detailed within the tender documents.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - General Building (Up to £10k)   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            44220000 - Builders' joinery.
            45000000 - Construction work.
            45233253 - Surface work for footpaths.
            45260000 - Roof works and other special trade construction works.
            45261320 - Guttering work.
            45262100 - Scaffolding work.
            45262520 - Bricklaying work.
            45342000 - Erection of fencing.
            45410000 - Plastering work.
            45421100 - Installation of doors and windows and related components.
            45421146 - Installation of suspended ceilings.
            45421152 - Installation of partition walls.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide General Building Works at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £2,431,766 over the past four years therefore an average of £607,941 per year for General Building Work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of general buildings repairs and maintenance work, with a value of up to £10,000 per single project. Above this value Arc has an existing Framework for scheduled works.
The minimum turnover requirement: £1,215,000 GBP per annum.
.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond.
If you are already registered you will not need to register again, simply use your existing username and password.
Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:
Lot 1 - General Building (Up to £10k) =WQNM34HKM2

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Air Handling Plant and Air Conditioning   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            42500000 - Cooling and ventilation equipment.
            42511110 - Heat pumps.
            42520000 - Ventilation equipment.
            44622000 - Heat-recovery systems.
            50000000 - Repair and maintenance services.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50720000 - Repair and maintenance services of central heating.
            50730000 - Repair and maintenance services of cooler groups.
            71315410 - Inspection of ventilation system.
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Air Handling, Plant and Air Conditioning servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.
The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £713,380 over the past four years therefore an average of £178,345 per year for Air Handling, Plant and Air Conditioning servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Air Handling, Plant and Air Conditioning work.

The minimum turnover requirement: £356,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for: Lot 2 = 9X78EGS223

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Auto Doors and Roller Shutters, Partition Walls/Doors   
      Lot No:Lot 3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            44221000 - Windows, doors and related items.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Auto doors, Roller Shutters and Partition Walls & Doors servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.
The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £745,519 over the past four years therefore an average of £186,379 per year for Auto doors, Roller Shutters and Partition Walls & Doors servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.
The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.
One Bidder is to be appointed for the provision of Auto doors, Roller Shutters and Partition Walls & Doors servicing.
The minimum turnover requirement: £372,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/
You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 3 = X6S6N8DATJ

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 – Electrical Engineering   
      Lot No:Lot 4

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            09332000 - Solar installation.
            31154000 - Uninterruptible power supplies.
            50116100 - Electrical-system repair services.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            51111000 - Installation services of electric motors, generators and transformers.
            71314100 - Electrical services.
            09000000 - Petroleum products, fuel, electricity and other sources of energy.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Electrical Engineering work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £702k over the past four years therefore an average of £175,601 per year for Electrical Engineering work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Electrical Engineering work.

The minimum turnover requirement: £351,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 4 - Electrical Engineering = 22B89U93X4


.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Fire & Intruder Alarm Systems   
      Lot No:Lot 5

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            31625000 - Burglar and fire alarms.
            31625100 - Fire-detection systems.
            44115500 - Sprinkler systems.
            51700000 - Installation services of fire protection equipment.
            79711000 - Alarm-monitoring services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Fire & Intruder Alarm Systems Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £1,365,998 over the past four years therefore an average of £341,499 per year for Fire & Intruder Alarm Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Fire & Intruder Alarm Systems Servicing work.

The minimum turnover requirement: £682,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 5 - Fire & Intruder Alarm Systems = JX4G4F85VJ
.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Gates & Barriers   
      Lot No:Lot 6

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Gates & Barriers Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £119,677 over the past four years therefore an average of £29,919 per year for Gates & Barriers Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Gates & Barriers Servicing work.

The minimum turnover requirement: £59,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 6 - Gates & Barriers = 39A7NN886Q


.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 - Lightning Protection and Fall Arrest Equipment   
      Lot No:Lot 7

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
            31216100 - Lightning-protection equipment.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Lightning Protection and Fall Arrest Equipment work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £178,809 over the past four years therefore an average of £44,702 per year for Lightning Protection and Fall Arrest Equipment work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Lightning Protection and Fall Arrest Equipment work.

The minimum turnover requirement: £89,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/ You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 7 = X9U4V83C93

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 – Mechanical Engineering and Plumbing   
      Lot No:Lot 8

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            09320000 - Steam, hot water and associated products.
            39137000 - Water softeners.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            39721400 - Instantaneous or storage non-electric water heaters.
            42160000 - Boiler installations.
            44161200 - Water mains.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50720000 - Repair and maintenance services of central heating.
            09000000 - Petroleum products, fuel, electricity and other sources of energy.
            90915000 - Furnace and chimney cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Mechanical Engineering & Plumbing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £3,374,959 over the past four years therefore an average of £843,739 per year for Mechanical Engineering & Plumbing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Mechanical Engineering & Plumbing work.

The minimum turnover requirement: £1,687,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 8 - Mechanical Engineering & Plumbing = 4WR3686T5P

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 - Septic Tanks & Sewage Pumps   
      Lot No:Lot 9

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            42122220 - Sewage pumps.
            43324000 - Drainage equipment.
            90733500 - Surface water pollution drainage services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Septic Tank & Sewage Pumps Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £358,113 over the past four years therefore an average of £89,528 per year for Septic Tank & Sewage Pumps Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Septic Tank & Sewage Pumps Servicing work.

The minimum turnover requirement: £179,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 9 - Septic Tanks & Sewage Pumps = H3H646K439


.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Lot 10 - Solid Fuel Systems   
      Lot No:Lot 10

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            42122180 - Fuel pumps.
            42160000 - Boiler installations.
            90915000 - Furnace and chimney cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Solid Fuel Systems Servicing work at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £187,019 over the past four years therefore an average of £46,754 per year for Solid Fuel Systems Servicing work. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Solid Fuel Systems Servicing work.
The minimum turnover requirement: £93,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 10 - Solid Fuel Systems = 4XPT4VG6X9


.

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Lot 11 - Standby Generators   
      Lot No:Lot 11

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            31120000 - Generators.
            31127000 - Emergency generator.
            31161000 - Parts for electrical motors and generators.
            50532300 - Repair and maintenance services of generators.
            51111200 - Installation services of generators.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Standby Generator Servicing at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, repairs, servicing and maintenance and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £94,987 over the past four years therefore an average of £23,746 per year for Standby Generator Servicing. Arc will work with the Contractor during the contract period to review ways of reducing the current levels of repairs.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Standby Generator Servicing.

The minimum turnover requirement: £93,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 11 - Standby Generators = 5ZBM496DJ7


.

   II.2) Description (lot no. 12)
   

      II.2.1) Title:Lot 12 - Legionella Monitoring   
      Lot No:Lot 12

      II.2.2) Additional CPV code(s):
            71600000 - Technical testing, analysis and consultancy services.
            71610000 - Composition and purity testing and analysis services.
            71700000 - Monitoring and control services.


      II.2.3) Place of performance
      Nuts code:
      UKF2 - Leicestershire, Rutland and Northamptonshire
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire, Rutland and Northamptonshire
      South Yorkshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Arc Partnership requires a Bidder to provide Legionella Monitoring at various locations, predominantly across Nottinghamshire, but also a few locations across Derbyshire, South Yorkshire and Leicestershire, at its client’s properties as listed in the tender documents.

The work comprises, Legionella Monitoring and the gross project values generated from the existing Arc procurement procedure to date is equivalent to £362,050 over the past four years therefore an average of £90,512 per year. Arc will work with the Contractor during the contract period to review ways of reducing the current levels.

The Framework is therefore to be regarded as a speculative venture and no guarantee of work is given by Arc. Bidders will have to form their own views as to the potential of such an arrangement.

One Bidder is to be appointed for the provision of Legionella Monitoring.

The minimum turnover requirement: £181,000 GBP per annum.

      II.2.5) Award criteria:
       Not Provided

      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: The procurement documents are available at: https://www.delta-esourcing.com/

You must register on the web site to respond. If you are already registered you will not need to register again, simply use your existing username and password. Log in, go to Response Manager and add the following Access Code for the Lot they wish to apply for:Lot 12 -Legionella Monitoring = 5PW58BZUN9


.


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: No       
      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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 191-464430
      
   

   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: Arc067.1    
   Lot Number: 1    
   Title: Lot 1 -General Building up to £10k

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/06/2020

      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: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Gelder Ltd, 02814031
             Tillbridge Lane, Sturton by Stow, Lincoln, LN1 2DS, United Kingdom
             Internet address: http://gelder.co.uk
             NUTS Code: UKF3
            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: 2,240,000          
         Total value of the contract/lot: 2,240,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Arc067.2    
   Lot Number: 2    
   Title: Lot 2 -Air Handling Plant & Air Conditioning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Portman Air Conditioning Ltd, 02332895
             Unit 1, County Business Park, Clarke Road, Nottingham, NG2 3JJ, United Kingdom
             Internet address: http://PORTMANAIR.COM
             NUTS Code: UKF14
            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: 8,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Arc067.3    
   Lot Number: 3    
   Title: Lot 3 -Auto Doors and Roller Shutters

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      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: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Access Doors Ltd, 03953092
             Unit 1, Third Avenue, Off Greasley Street, Nottingham, NG6 8ND, United Kingdom
             Internet address: http://accessdoors.co.uk
             NUTS Code: UKF14
            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: 840,000          
         Total value of the contract/lot: 840,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Arc067.4    
   Lot Number: 4    
   Title: Lot 4 - Electrical Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Lukes & Godwin Ltd, 03836913
             1 Newstead Street, Sherwood, Nottingham, ng5 2gy, United Kingdom
             Internet address: http://lukesandgodwin.co.uk
             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: 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: Arc067.5    
   Lot Number: 5    
   Title: Lot 5 - Fire & Intruder Alarm Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Amalgamated Limited, 00978651
             Beech Court, M60 Office Park, Wynne Avenue, swinton, m27 8ff, United Kingdom
             Internet address: http://amalgamatedltd.co.uk
             NUTS Code: UKD3
            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: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Arc067.6    
   Lot Number: 6    
   Title: Lot 6 -Gates & Barriers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Inside Out Group (Europe) Ltd, 06607137
             470 Hucknall Road,, Nottingham, NG5 1FX, United Kingdom
             Internet address: http://insideoutgroup.co.uk
             NUTS Code: UKF14
            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: 110,000          
         Total value of the contract/lot: 110,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Arc067.7    
   Lot Number: 7    
   Title: Lot 7 - Lightning Protection and Fall Arrest Equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Horizon Specialist Contracting Ltd, 02827337
             Unit 7 Burma Road, Blidworth, ng210rt, United Kingdom
             Internet address: http://horizonsc.co.uk
             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: 160,000          
         Total value of the contract/lot: 160,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Arc067.8    
   Lot Number: 8    
   Title: Lot 8 - Mechanical Engineering & Plumbing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Second Element Ltd, 04578427
             1 Clare Cottage, Gallamore Lane, Market Rasen, ln83hz, United Kingdom
             Internet address: http://secondelement.org.uk
             NUTS Code: UKF3
            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: 1,700,000          
         Total value of the contract/lot: 1,700,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Arc067.9    
   Lot Number: 9    
   Title: Lot 9 - Septic Tanks & Sewage Pumps

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Cleansing Service Group Ltd, 00530446
             Chartwell House, 5 Barnes Wallis Road, Segensworth East,, Fareham, PO15 5TT, United Kingdom
             Internet address: http://csg.co.uk
             NUTS Code: UKJ3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 380,000          
         Total value of the contract/lot: 380,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: Arc067.10    
   Lot Number: 10    
   Title: Lot 10 - Solid Fuel Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Instatherm Combustion Services Ltd, 02349701
             8 Easthorpe Street, Ruddington, ng11 6la, United Kingdom
             Internet address: http://instatherm.co.uk
             NUTS Code: UKF16
            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: 170,000          
         Total value of the contract/lot: 170,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: Arc067.11    
   Lot Number: 11    
   Title: Lot 11 - Standby Generators

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             W B Power Services Ltd, 02120023
             Manners Avenue, Manners Lane Industrial Estate, Ilkeston, DE7 8EF, United Kingdom
             Internet address: http://wbpsltd.co.uk
             NUTS Code: UKF13
            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: 120,000          
         Total value of the contract/lot: 120,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: Arc067.12    
   Lot Number: 12    
   Title: Lot 12 - Legionella Monitoring

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Second Element Ltd, 04578427
             1 Clare Cottage, Gallamore Lane, Market Rasen, LN8 3HZ, United Kingdom
             Internet address: http://secondelement.org.uk
             NUTS Code: UKF3
            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: 650,000          
         Total value of the contract/lot: 650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=503102971

   VI.4) Procedures for review

      VI.4.1) Review body
          Scape Group Limited
          2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 1159583200
          Internet address: https://www.scapegroup.co.uk/

      VI.4.2) Body responsible for mediation procedures
          Scape Group Limited
          2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 1159583200
          Internet address: https://www.scapegroup.co.uk/

      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
          Scape Group Limited
          2nd Floor, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 1159583200
          Internet address: https://www.scapegroup.co.uk/

   VI.5) Date of dispatch of this notice: 25/06/2020