Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Asbestos Analyst Consultancy Framework |
Notice type: | Contract Award Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Services |
Procedure: | Restricted |
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 |
Published: | 18/10/2021 17:54 |
View Full 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