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
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
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