Scape Group Limited (trading as SCAPE): Arc108 – General Building Framework

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

Notice Summary
Title: Arc108 – General Building Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Restricted
Short Description: Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services 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. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework.
Published: 28/04/2022 08:44

View Full Notice

UK-Nottingham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Group Limited
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 8006696565, Email: Mikea@scape.co.uk
             Contact: Mike Armstrong
             Main Address: https://www.scape.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/
      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: Arc108 – General Building Framework       
      Reference Number: Arc108
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services 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. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework.       
      II.1.5) Estimated total value:
      Value excluding VAT: 16,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      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: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - External works       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      71421000 - Landscape gardening services.
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver External Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £600,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 2,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 1 - External Works then please use access code SKY272DK9V       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Drainage       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45232452 - Drainage works.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Drainage works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 320,000       
      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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 2 - Drainage then please use access code BRSK2U3P4N       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - Scaffolding       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45262100 - Scaffolding work.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Scaffolding works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 320,000       
      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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 3 - Scaffolding then please use access code Y5QVB482JN       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 - Painting and Decorating       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      79931000 - Interior decorating services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Painting and Decorating works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 480,000       
      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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 4 - Painting and Decorating then please use access code 35297QQ8FS       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 - Roofing       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45260000 - Roof works and other special trade construction works.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Roofing works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £1,200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 3,400,000       
      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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 5 - Roofing then please use access code 8F79U9RTE9       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6 - Asbestos Removals       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45262660 - Asbestos-removal work.
      90650000 - Asbestos removal services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Asbestos Removal works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 800,000       
      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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 6 - Asbestos Removals then please use access code 643BS375XG       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7 - General building works       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45420000 - Joinery and carpentry installation work.
      79931000 - Interior decorating services.
      45430000 - Floor and wall covering work.
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
      44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
      45110000 - Building demolition and wrecking work and earthmoving work.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver General Building Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £2,000,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 6,900,000       
      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 minimum number: 2
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 7 - General Building Work then please use access code DD927JTQDU       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 8 - Interiors       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45420000 - Joinery and carpentry installation work.
      79931000 - Interior decorating services.
      45430000 - Floor and wall covering work.
      39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
      44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Interior works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 920,000       
      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 minimum number: 2
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 8 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 8 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 8 - Interiors then please use access code SS9C3A4HK6.       
II.2) Description Lot No. 9
      
      II.2.1) Title: Lot 9 - Site Setup and Establishment       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45100000 - Site preparation work.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Site Setup and Establishment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 1,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 9 - Site Setup and Establishment then please use access code 2J9855A2Q4       
II.2) Description Lot No. 10
      
      II.2.1) Title: Lot 10 - Catering Equipment       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      50883000 - Repair and maintenance services of catering equipment.
      39220000 - Kitchen equipment, household and domestic items and catering supplies.
      39314000 - Industrial kitchen equipment.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Catering Equipment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot.

The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3).

The minimum annual turnover requirement for this Lot is £170,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots.

A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.
      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: 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 minimum number: 2
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A minimum PQQ stage score threshold (50%) is enforced. Bidders failing to meet or exceed this threshold will not be eligible to be invited to the ITT stage. The 6 highest scoring Bidders will be invited to the ITT stage for this Lot, although fewer may be invited to ITT stage if fewer than 6 contractors exceed the aforementioned 50% score threshold at PQQ stage.
      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: Yes       
      Identification of the project: Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.             
      II.2.14) Additional information: This opportunity is hosted on Delta eSourcing. 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 access code for the lot you wish to apply for. If you are applying for Lot 10 - Catering Equipment then please use access code 2GG759XUK9       


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:          
      As per the specification of the PQQ and ITT documentation.    
      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.2.2) Contract performance conditions       
      Key performance indicators as per the PQQ and ITT documents.          
      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: 33               
         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: 2022/S 000 - 006813       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/06/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/08/2022       
      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. The CPV codes stated are deemed to include, the category and subcategory codes below the CPV codes stated.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=685304667
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of Justice
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Royal Institute of Chartered Surveyors
          12 Great George Street, London, SW1P 3AD, United Kingdom
          Tel. +44 2476868555
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/04/2022

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):
       Scape Group Limited
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 8006696565, Email: Mikea@scape.co.uk
       Contact: Mike Armstrong
       Main Address: https://www.scape.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 environments

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Arc108 – General Building Framework            
      Reference number: Arc108

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


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Please note that this is an award notice and is not a current opportunity. Original: Scape Group Limited on behalf of Arc Partnership are looking to establish a Framework Agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services 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. Consortia bids will be accepted. 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 works or services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,280,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - External works   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            71421000 - Landscape gardening services.
            77314000 - Grounds maintenance 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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver External Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £600,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Drainage   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45232452 - Drainage works.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Drainage works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Scaffolding   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45262100 - Scaffolding work.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Scaffolding works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £160,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Painting and Decorating   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            79931000 - Interior decorating 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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Painting and Decorating works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Roofing   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45260000 - Roof works and other special trade construction works.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Roofing works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £1,200,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Asbestos Removals   
      Lot No:6

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45262660 - Asbestos-removal work.
            90650000 - Asbestos removal 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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Asbestos Removal works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 - General building works   
      Lot No:7

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45420000 - Joinery and carpentry installation work.
            79931000 - Interior decorating services.
            45430000 - Floor and wall covering work.
            39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
            44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
            45110000 - Building demolition and wrecking work and earthmoving work.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver General Building Works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £2,000,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 - Interiors   
      Lot No:8

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45420000 - Joinery and carpentry installation work.
            79931000 - Interior decorating services.
            45430000 - Floor and wall covering work.
            39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
            44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Interior works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 4 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 - Site Setup and Establishment   
      Lot No:9

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            45100000 - Site preparation work.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Site Setup and Establishment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £300,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Lot 10 - Catering Equipment   
      Lot No:10

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.
            50883000 - Repair and maintenance services of catering equipment.
            39220000 - Kitchen equipment, household and domestic items and catering supplies.
            39314000 - Industrial kitchen equipment.


      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: Please note that this is an award notice and is not a current opportunity. The original notice was as follows: The works will comprise all types of Construction and associated services and may include design and other services as required to deliver Catering Equipment works. The nature and types of works that may be required may include those Works and Services identified by Common Procurement Vocabulary (CPV) codes and those identified within the Specification document for this Lot. The work is to take place in the East Midlands (UKF) and South Yorkshire (UKE3). The minimum annual turnover requirement for this Lot is £170,000.00. Bidders are advised that if bidding for the maximum number of Lots (2) they must meet the combined annual turnover requirement of both Lots. A total of up to 3 Contractors will be appointed to this Lot upon bidding successfully at the ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Total Quality / Weighting: 70
                  
      Cost criterion - Name: Price / 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: Yes
         Reference to project(s) and/or programme(s): Some call-offs from this framework may be subject to the requirements of European/UK funding, Therefore, the framework delivery partner will need to comply with the funding requirements.

      II.2.14) Additional information: Please note that this is an award notice and is not a current opportunity.


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: Yes       
      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: 2022/S 000-006813
      
   

   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: Arc108.2    
   Lot Number: 2    
   Title: Lot 2 - Drainage

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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: Yes
         
         Contractor (No.1)
             Drainage 2000 Ltd, 03895936
             Unit 38 Station Lane Industrial Estate, Old Whittington, Chesterfield, S41 9QX, United Kingdom
             NUTS Code: UKF12
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Intelligent Drainage Solutions Ltd, 08586997
             Unit 3, London Road Business Park, Retford, DN22 6HG, United Kingdom
             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: 320,000          
         Total value of the contract/lot: 320,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Arc108.4    
   Lot Number: 4    
   Title: Lot 4 - Painting and Decorating

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Riley & Co (Mansfield) Limited, 2599772
             Killicks Accountants, 35-37 Kingsway, Kirkby-in-Ashfield, NG17 7DR, United Kingdom
             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: 480,000          
         Total value of the contract/lot: 480,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Arc108.5    
   Lot Number: 5    
   Title: Lot 5 - Flooring

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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: Yes
         
         Contractor (No.1)
             NRA Roofing & Flooring Services Ltd, 2001873
             Rock House, Millership Way, Ilkeston, DE7 8DW, United Kingdom
             NUTS Code: UKF13
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Midland Roofing Services (Derby) Ltd, 01418068
             Staker Lane, Mickleover, Derby, DE3 0DJ, United Kingdom
             NUTS Code: UKF11
            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: 3,400,000          
         Total value of the contract/lot: 3,400,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Arc108.6    
   Lot Number: 6    
   Title: Lot 6 - Asbestos Removals

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 8 (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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MJW Asbestos Removal & Re-insulation Services Ltd, 4027924
             Unit 4, Barton Road, Long Eaton, NG10 2FN, United Kingdom
             NUTS Code: UKF16
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Warburton Services Limited, 1059349
             11 Arbutus Close, Barton Green, Clifton, Nottingham, NG11 8SQ, United Kingdom
             NUTS Code: UKF14
            The contractor is an SME: Yes
         
         Contractor (No.3)
             HB Insulations Ltd, 04308840
             14 Phoenix Park, Telford Way, Coalville, LE67 3HB, United Kingdom
             NUTS Code: UKF22
            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: Arc108.8    
   Lot Number: 8    
   Title: Lot 8 - Interiors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Three Sixty Contractors Ltd, 13346960
             10 Milton Court, Ravenshead, NG15 9BD, United Kingdom
             NUTS Code: UKF15
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Domino Commercial Interiors Ltd, 2572489
             29 Orgreave Drive, Sheffield, S13 9NR, United Kingdom
             NUTS Code: UKE32
            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: 920,000          
         Total value of the contract/lot: 920,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: Arc108.10    
   Lot Number: 10    
   Title: Lot 10 - Catering Equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2023

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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: Yes
         
         Contractor (No.1)
             Hatherley Commercial Services Limited, 4491384
             Unit 2 Woodland Court, Jessop Close, Brunel Business Park, Newark, NG24 2AG, United Kingdom
             NUTS Code: UKF15
            The contractor is an SME: Yes
         
         Contractor (No.2)
             KCM Catering Equipment, 4491384
             Unit 11 Priest Court, Caunt Road, Grantham, NG31 7FZ, United Kingdom
             NUTS Code: UKF30
            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: 360,000          
         Total value of the contract/lot: 360,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: Arc108.1    
   Lot Number: 1    
   Title: Lot 1 - External Works

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.8)

   Contract No: Arc108.3    
   Lot Number: 3    
   Title: Lot 3 - Scaffolding

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.9)

   Contract No: Arc108.7    
   Lot Number: 7    
   Title: Lot 7 - General Building Works

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.10)

   Contract No: Arc108.9    
   Lot Number: 9    
   Title: Lot 9 - Site Setup and Establishment

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: Where a Lot has not been awarded, this is due to insufficient engagement. While some tenders may have been received for the Lots that were not awarded, the number of compliant bids was insufficient to meet Arc Partnership's requirements. Please also note that while some of the Lots have been marked as being awarded to a group of economic operators, this is not the case and this should be read as 'No'. This is due to a technical limitation that would otherwise render this notice unpublishable.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=764203914

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of Justice
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Royal Institute of Chartered Surveyors
          12 Great George Street, London, SW1P 3AD, United Kingdom
          Tel. +44 2476868555

      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: 22/03/2023