Scape Group Limited (trading as SCAPE): Mechanical & Electrical Engineering Framework

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

Notice Summary
Title: Mechanical & Electrical Engineering Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Open
Short Description: Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
Published: 28/05/2020 16:10

View Full Notice

UK-Nottingham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Arc Property Services Partnership Limited, 10074366
             Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1158523818, Email: nickt@scapegroup.co.uk
             Contact: Nick Taylor
             Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
             NUTS Code: UKF14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./Z466X9744K
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Mechanical & Electrical Engineering Framework       
      Reference Number: Arc086
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.       
      II.1.5) Estimated total value:
      Value excluding VAT: 17,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Either; Lot one (1) or Lot two (2)
or
both Lot one (1) and two (2)

In all instances tenders will be evaluated in accordance with ii.2.5

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Mechanical Engineering       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45350000 - Mechanical installations.
      45100000 - Site preparation work.
      45200000 - Works for complete or part construction and civil engineering work.
      45300000 - Building installation work.
      45400000 - Building completion work.
      51100000 - Installation services of electrical and mechanical equipment.
      71000000 - Architectural, construction, engineering and inspection services.
      71500000 - Construction-related services.
      71300000 - Engineering services.
      71600000 - Technical testing, analysis and consultancy services.
      71800000 - Consulting services for water-supply and waste consultancy.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      39715300 - Plumbing equipment.
      44115200 - Plumbing and heating materials.
      44115210 - Plumbing materials.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, Construction-related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: ITT Quality Questionnaire response / Weighting: 70
                        
            Cost criterion - Name: Commercial model respose / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) 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: To access this opportunity please follow this link https://www.delta-esourcing.com/respond/P82PCZ4443       
II.2) Description Lot No. 2
      
      II.2.1) Title: Electrical Engineering       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45310000 - Electrical installation work.
      45100000 - Site preparation work.
      45200000 - Works for complete or part construction and civil engineering work.
      45300000 - Building installation work.
      45400000 - Building completion work.
      51100000 - Installation services of electrical and mechanical equipment.
      71000000 - Architectural, construction, engineering and inspection services.
      71300000 - Engineering services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71800000 - Consulting services for water-supply and waste consultancy.
      31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
      32000000 - Radio, television, communication, telecommunication and related equipment.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, Construction-related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: ITT Quality Questionnaire response / Weighting: 70
                        
            Cost criterion - Name: Commercial model response / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) 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: To access this opportunity please follow this link https://www.delta-esourcing.com/respond/8A6358R6R8       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      The procuring body expects that each bidder is suitably qualified in the field of their respective services and can evidence this as a part of the bid.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Bidders must be able to evidence the minimum annual turnover as per advised in each Lot in II.2.4).
Bidders must be able to self-certify that they already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (compulsory) liability insurance: 5 000 000 GBP*.
Public liability insurance: 5 000 000 GBP.
Professional indemnity insurance 10 000 000 GBP.
*It is a legal requirement that all companies hold employer’s (compulsory) liability insurance of 5 000 000 GBP as a minimum. Please note this requirement is not applicable to sole traders.    
      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.2.2) Contract performance conditions       
      Arc will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:
— other companies engaged in Arc or other frameworks,
— the overall performance of all Arc or other frameworks,
— national performance measures where they are available.
The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details will be available in the ITT.          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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: 6           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/07/2020 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/07/2020
         Time: 13:00
      

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.
Arc, through this procurement exercise, are seeking to enter into a Mini-Competition Framework with a maximum of 3 (three) suppliers for each Lot.
Contractors are required to tender both their Overhead and Profit figure and their Design fee as separate percentages. These figures are tendered at tender stage and are not revisited during the duration of the framework. They will be automatically included by Arc and added to the prices that contractors submit for carrying out works on a project by project basis.
Arc will issue Request For Quotation (RFQ) packs on a project by project basis to all delivery partners within the Lot via the Delta Quick Calls function. The evaluation of quotations will be as explained in the ITT documentation.
The Framework will be for a period of 2 years with the option to extend by an extra two years in annual increments to a maximum of four years (2+1+1).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=476839780
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/05/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Arc Property Services Partnership Limited, 10074366
       Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1158523818, Email: nickt@scapegroup.co.uk
       Contact: Nick Taylor
       Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
       NUTS Code: UKF14

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Arc partnership is a joint venture between Nottinghamshire County Council and Scape Group to provide built environment improvement for it's residents.

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Mechanical & Electrical Engineering Framework            
      Reference number: Arc086

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 17,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Mechanical Engineering   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45350000 - Mechanical installations.
            45100000 - Site preparation work.
            45200000 - Works for complete or part construction and civil engineering work.
            45300000 - Building installation work.
            45400000 - Building completion work.
            51100000 - Installation services of electrical and mechanical equipment.
            71000000 - Architectural, construction, engineering and inspection services.
            71500000 - Construction-related services.
            71300000 - Engineering services.
            71600000 - Technical testing, analysis and consultancy services.
            71800000 - Consulting services for water-supply and waste consultancy.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            39715300 - Plumbing equipment.
            44115200 - Plumbing and heating materials.
            44115210 - Plumbing materials.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, Construction-related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded Lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: ITT Quality Questionnaire response / Weighting: 70
                  
      Cost criterion - Name: Commercial model respose / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To access this opportunity please follow this link https://www.delta-esourcing.com/respond/P82PCZ4443

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Electrical Engineering   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45310000 - Electrical installation work.
            45100000 - Site preparation work.
            45200000 - Works for complete or part construction and civil engineering work.
            45300000 - Building installation work.
            45400000 - Building completion work.
            51100000 - Installation services of electrical and mechanical equipment.
            71000000 - Architectural, construction, engineering and inspection services.
            71300000 - Engineering services.
            71500000 - Construction-related services.
            71600000 - Technical testing, analysis and consultancy services.
            71800000 - Consulting services for water-supply and waste consultancy.
            31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
            32000000 - Radio, television, communication, telecommunication and related equipment.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, Construction-related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded Lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: ITT Quality Questionnaire response / Weighting: 70
                  
      Cost criterion - Name: Commercial model response / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To access this opportunity please follow this link https://www.delta-esourcing.com/respond/8A6358R6R8


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 105-255380
      
   

   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: Arc086    
   Lot Number: 1    
   Title: Mechanical Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 8          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Miller Freeman & Sons (Nottingham) Ltd, 2222641
             4 Parkyn Road, Nottinghamshire, Daybrook, Nottingham, NG5 6BG, United Kingdom
             Tel. +44 1159671829
             Internet address: www.millerfreeman.org
             NUTS Code: UKF14
            The contractor is an SME: Yes
         
         Contractor (No.2)
             J Tomlinson Ltd, 3168455
             Scimitar House, 100 Lilac Grove, Beeston, Nottingham, NG9 1PF, United Kingdom
             Tel. +44 1159574304
             Internet address: https://www.jtomlinson.co.uk/
             NUTS Code: UKF14
            The contractor is an SME: No
         
         Contractor (No.3)
             Dodd Group (Midlands) Ltd, 1179878
             Stafford Park 13, ,, Telford, TF3 3AZ, United Kingdom
             Tel. +44 1215656000
             Internet address: www.doddgroup.com
             NUTS Code: UKG21
            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: 12,000,000          
         Total value of the contract/lot: 12,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Arc806    
   Lot Number: 2    
   Title: Electrical Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 13          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Arnold Electrical, 684045525
             Aggregate House,, 50 Church Street,, Basford,, Nottingham, NG6 0GD, United Kingdom
             Tel. +44 1159209816
             Internet address: www.arnoldelectrical.com
             NUTS Code: UKF14
            The contractor is an SME: Yes
         
         Contractor (No.2)
             J Tomlinson Ltd, 3168455
             Scimitar House, 100 Lilac Grove, Beeston, Nottingham, NG9 1PF, United Kingdom
             Tel. +44 1159574304
             Internet address: www.jtomlinson.co.uk/
             NUTS Code: UKF14
            The contractor is an SME: No
         
         Contractor (No.3)
             Lukes and Godwin Ltd, 3836913
             Unit 7 Hamilton Court, Oakham Business Park, Mansfield, NG18 5FB, United Kingdom
             Tel. +44 1636705640
             Internet address: www.lukesandgodwin.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: 5,000,000          
         Total value of the contract/lot: 5,000,000
         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.
Arc, through this procurement exercise, are seeking to enter into a Mini-Competition Framework with a maximum of 3 (three) suppliers for each Lot.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=551234502

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/12/2020