Scape Group Limited (trading as SCAPE): Asbestos Analyst Consultancy Framework

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

Notice Summary
Title: Asbestos Analyst Consultancy Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Restricted
Short Description: Arc Property Service Partnership Limited (the “Arc Partnership”) is seeking tenders from suitably experienced Asbestos Consultants / Analysts to provide asbestos analysis services. As a result of this procurement process it is anticipated that 3 Asbestos Consultants / Analysts will be appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a Framework Agreement with the Arc Partnership. The framework will utilise a Mini-competition Framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The Framework Duration will be for two years with two optional extension years (2+1+1). For Access to the PQQ documentation please visit Delta at https://www.delta-esourcing.com and use access code 6A289Y529T
Published: 08/10/2020 11:38

View Full Notice

UK-Nottingham: Asbestos removal services.
Section I: Contracting Authority
      I.1) Name and addresses
             Arc Property Services Partnership Ltd, 10074366
             Level 2,, City Gate West,, Tollhouse Hill,, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1159583200, 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: UKF
      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
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Asbestos-removal-services./6A289Y529T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: Asbestos Analyst Consultancy Framework       
      Reference Number: Arc092
      II.1.2) Main CPV Code:
      90650000 - Asbestos removal services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Arc Property Service Partnership Limited (the “Arc Partnership”) is seeking tenders from suitably experienced Asbestos Consultants / Analysts to provide asbestos analysis services.
As a result of this procurement process it is anticipated that 3 Asbestos Consultants / Analysts will be appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a Framework Agreement with the Arc Partnership.
The framework will utilise a Mini-competition Framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy.
The Framework Duration will be for two years with two optional extension years (2+1+1).
For Access to the PQQ documentation please visit Delta at https://www.delta-esourcing.com and use access code 6A289Y529T       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90650000 - Asbestos removal services.
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: Projects between 1 GBP — 100 000 GBP.
Estimated value excluding VAT 1,200,000 GBP.
Estimated value based on framework duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 300 000 GBP.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on 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 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. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be from GBP 1 or exceed GBP 100 000.
Bidders applying for this lot are required to have a minimum annual turnover of GBP 150 000
      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: 1,200,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: 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: Annual Turnover requirement of £150,000 per annum.       


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 their 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 of GBP 150 000
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: GBP 5 000 000*.
Public liability insurance: GBP 5 000 000 .
Professional indemnity insurance: GBP 10 000 000.
*It is a legal requirement that all companies hold employer’s (compulsory) liability insurance of GBP 5 000 000 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.2.1) 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 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 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: 3               
         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: 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: 27/11/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/01/2021       
      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): 4
      
      

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.
Consultants 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 consultants submit for carrying out works/services on a project by project basis.
Arc will issue request for quotation (RFQ) packs on a project by project basis to all delivery partners 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 2 years in annual increments to a maximum of 4 years (2 + 1 + 1).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=526102141
   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: 08/10/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Asbestos removal services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Arc Property Services Partnership Ltd, 10074366
       Level 2,, City Gate West,, Tollhouse Hill,, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, 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: UKF

   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 environments

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Asbestos Analyst Consultancy Framework            
      Reference number: Arc092

      II.1.2) Main CPV code:
         90650000 - Asbestos removal services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Arc Property Service Partnership Limited (the “Arc Partnership”) sought tenders from suitably experienced Asbestos Consultants / Analysts to provide asbestos analysis services.
As a result of this procurement process 3 Asbestos Consultants / Analysts have been appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a Framework Agreement with the Arc Partnership.
The framework will utilise a Mini-competition Framework procedure where the three providers will provide quotes on a project by project basis to supply Asbestos Analyst Consultancy.
The Framework Duration will be for two years with two optional extension years (2+1+1).
For Access to the PQQ documentation please visit Delta at https://www.delta-esourcing.com and use access code 6A289Y529T

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,200,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90650000 - Asbestos removal services.
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKF - EAST MIDLANDS (ENGLAND)
      UKE3 - South Yorkshire
   
      Main site or place of performance:
      EAST MIDLANDS (ENGLAND)
      South Yorkshire
             

      II.2.4) Description of the procurement: Projects between 1 GBP — 100 000 GBP.
Estimated value excluding VAT 1,200,000 GBP.
Estimated value based on framework duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 300 000 GBP.
This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on 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 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. Services shall be delivered by the consultant and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be from GBP 1 or exceed GBP 100 000.
Bidders applying for this lot are required to have a minimum annual turnover of GBP 150 000

      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: Annual Turnover requirement of £150,000 per annum.


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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 199-483826
      
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/04/2021

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: 20 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 24

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Inspectas Compliance Ltd, 08668845
             Suite 1.11 Woodhead House,, Woodhead Road Centre 27 Business Park,, West Yorkshire,, Birstall,, WF17 9TD, United Kingdom
             NUTS Code: UKE
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BDA Surveying Ltd, 04912280
             167 London Road,, Leicester,, LE2 1EG, United Kingdom
             NUTS Code: UKF21
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Acorn Analytical Services Limited, 04723192
             The Old Print Works,, Carr Street,, West Yorkshire, England, Cleckheaton,, BD19 5HG, United Kingdom
             NUTS Code: UKE
            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: 1,200,000          
         Total value of the contract/lot: 1,200,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=634238041

   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: Not Provided

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

   VI.5) Date of dispatch of this notice: 18/10/2021