Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | AP2201 - Scaffolding Framework 2023-27 |
Notice type: | Prior Information Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Not applicable |
Procedure: | Not applicable |
Short Description: | |
Published: | 20/01/2023 11:06 |
View Full Notice
Preliminary Questions
This notice is for prior information only: Yes
This notice aims at reducing time-limits for receipt of tenders: No
This notice is a call for competition: No
Section I: Contracting Authority
I.1) Name and addresses:
Scape Group Limited (trading as SCAPE), 05660357
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 8006696565, Email: roberth@scape.co.uk
Contact: Robert Hunter
Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
NUTS Code: UKF14
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: No.
The contract is awarded by a central purchasing body: Yes .
I.3) Communication
Further information can be obtained from: the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity:
Other activity: SCAPE is a public sector owned supplier of framework solutions
Section II: Object
II.1) Scope of the procurement - 1
II.1.1) Title: AP2201 - Scaffolding Framework 2023-27
Reference number: AP2201
II.1.2) Common Procurement Vocabulary:
45262100 - Scaffolding work.
II.1.3) Type of contract: WORKS
II.1.4) Short description:
SCAPE on behalf of Arc Property Services Partnership Ltd, will soon be issuing a contract notice for a new Framework Contract for scaffolding services across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire area, at its Client’s properties. This notice is not an invitation for formal expressions of interest. The purpose of this PIN is to commence the pre-procurement, market engagement phase before the start of a formal procurement process. If you wish to receive further details, please contact roberth@scape.co.uk.
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 1,500,000 - GBP
II.1.6) Information about lots:
This contract is divided into lots: No
Maximum number of lots that may be awarded to one tenderer: Not Provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided
II.2) Lot Description
II.2.2) Additional CPV code(s):
44212317 - Scaffolding structures.
45262110 - Scaffolding dismantling work.
45262120 - Scaffolding erection work.
II.2.3) Place of performance:
Region Codes:
UKF - EAST MIDLANDS (ENGLAND)
UKE3 - South Yorkshire
II.2.4) Description of the procurement:
Please note: No warranty is given to the Supplier by neither SCAPE or Arc Property Services Partnership Ltd (the Client) as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Framework Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work. The NEC Framework Contract will be used to assist the Client in conducting their repairs, maintenance, servicing and construction works The framework will be in place for a period of 2 years, with the option to extend for 2 periods of 1 year (2 + 1 + 1 = maximum 4 years). Projects will vary in value but as an indication (based on the last 12 months), they may be: £1-£10K (86%) £11K - £25K (5%) £26K - £50K (9%) The service comprises of a number of elements including, but not limited to: •scaffold design; •access scaffolding to elevations, lift shafts and the like, including fans, mesh screens; •structural scaffolding e.g. to party walls; •birdcage scaffolding; •cantilever access scaffolding; •staircase platforms; •primary loading platforms; •travelling access platforms; •support scaffolding and propping; •crash decks; •barriers and safety scaffolding; and •hoists This will be a two stage process meaning only Bidders who pass Stage 1 (Selection Criteria) will pass on to Stage 2 (Award Criteria) Stage 2 will be scored and the 3 top scoring suppliers will be appointed to the Framework Contract. Bidders should understand that a Suppliers performance on the Framework Contract must be to a very high standard and will be measured by KPI’s. Failures in performance by a Supplier may result in a that Supplier being removed from the Framework Contract. The Client wishes to have 3 suppliers on the Framework Contract at all times, so to account for the removal of a Supplier, those Bidders positioned in 4th and 5th place will be placed on a reserve list. Should a Supplier then be removed, the Client will approach the Supplier in 4th position and, if willing, will offer them a place on the Framework. At this point, the Supplier will complete the Framework Contract with the end date set the same as the other Suppliers. Should another Bidder be removed, the process will be repeated for the Bidder in 5th position. Call-off contracts will be arranged via: •Call for Further Competition; •Call for Further Competition with Additional Award Criteria; or •Direct Award
II.2.14) Additional information
If you wish to receive further details about this framework (including the aims and objectives, information about the client or call-off arrangements) or the procurement process, please contact roberth@scape.co.uk
II.3) Estimated Date of publication
13/02/2023
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - 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=719139412
GO-2023120-PRO-21955944 TKR-2023120-PRO-21955943
VI.5) Date Of Dispatch Of This Notice: 20/01/2023
View any Notice Addenda
Section I: Contracting Authority
I.1) Name and addresses
Scape Group Limited (trading as SCAPE), 05660357
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 8006696565, Email: roberth@scape.co.uk
Contact: Robert Hunter
Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
NUTS Code: UKF14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/V8GZT3J926
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: AP2201 - Scaffolding Framework 2023-27
Reference Number: AP2201
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: SCAPE on behalf of Arc Property Services Partnership Ltd, are seeking to set up a new Framework Contract for scaffolding services across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.
The NEC4 Framework Contract will be used to assist the Client in conducting their repairs, maintenance, servicing and construction works
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
44212317 - Scaffolding structures.
45262110 - Scaffolding dismantling work.
45262120 - Scaffolding erection work.
44212310 - Scaffolding.
45262100 - Scaffolding work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE3 South Yorkshire
II.2.4) Description of procurement: Please note: No warranty is given to the Supplier by neither SCAPE or Arc Property Services Partnership Ltd (the Client) as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Framework Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.
The framework will be in place for a period of 2 years, with the option to extend for 2 periods of 1 year (2 + 1 + 1 = maximum 4 years).
Projects will vary in value but as an indication (based on the last 12 months), they may be: £1-£10K (86%) £11K - £25K (5%) £26K - £50K (9%)
The service comprises of a number of elements including, but not limited to: scaffold design; access scaffolding to elevations, lift shafts and the like, including fans, mesh screens; structural scaffolding e.g. to party walls; birdcage scaffolding; cantilever access scaffolding; staircase platforms; primary loading platforms; travelling access platforms; support scaffolding and propping; crash decks; barriers and safety scaffolding; and hoists
The Procurement will be conducted in 2 stages:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 7 scoring Bidders will progress on to Stage 2.
Stage 2 – Award Stage – Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top 3 scoring Bidders will be invited to enter the Framework.
Full details of the process can be found within the tender documents.
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: 1,500,000
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: Yes
Description of renewals: The framework will be in place for a period of 24 months, with the option to extend for two periods of 12 months (24 + 12 + 12 = maximum 48 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates: The top 7 (seven) Bidders who PASS all selection criteria and score the highest points during the PQQ Stage (Stage 1) will pass on to the ITT Stage (Stage 2).
Full details of the process can be found within the tender documents.
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: Please note that the "reserve list" stated within the PIN notice is no longer part of the Framework Contract and places on the Framework will be solely awarded to the 3 Bidders who achieve the best price/quality ratio scores following the conclusion of the Procurement process.
Full details can be found within the tender documents.
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:
Full details can be found within the tender documents.
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
Performance information can be found with the Framework Conditions, included as part of the procurement document suite.
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: 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: No
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: 20/03/2023 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/04/2023
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.SCAPE considers that this Framework 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./V8GZT3J926
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V8GZT3J926
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: 13/02/2023
Annex A