Scape Group Limited (trading as SCAPE) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Arc123 - Mechanical and Electrical Engineering Framework |
Notice type: | Contract Award Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | SCAPE is procuring this framework on behalf of Arc Property Services Partnership Limited (Arc Partnership). Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. This framework is for the provision of mechanical and electrical engineering works for Arc Partnership. Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector. 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 services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership. |
Published: | 23/11/2022 10:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Group Limited (trading as SCAPE), 05660357
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: procurement@arc-partnership.co.uk
Main Address: https://www.scape.co.uk/, Address of the buyer profile: 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: Scape Group is a public sector owned, built environment specialist supplier of framework solutions.
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Arc123 - Mechanical and Electrical Engineering Framework
Reference number: Arc123
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: SCAPE is procuring this framework on behalf of Arc Property Services Partnership Limited (Arc Partnership).
Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. This framework is for the provision of mechanical and electrical engineering works for Arc Partnership.
Applications are invited from experienced providers of Mechanical and Elelctrical Engineering works and services who can provide high quality, whilst using a customer focused approach particularly in the public sector.
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 services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 16,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Mechanical Engineering Works
Lot No:1
II.2.2) Additional CPV code(s):
45350000 - Mechanical installations.
45100000 - Site preparation work.
45200000 - Works for complete or part construction and civil engineering work.
45300000 - Building installation work.
45400000 - Building completion work.
51100000 - Installation services of electrical and mechanical equipment.
71000000 - Architectural, construction, engineering and inspection services.
71500000 - Construction-related services.
71300000 - Engineering services.
71600000 - Technical testing, analysis and consultancy services.
71800000 - Consulting services for water-supply and waste consultancy.
39715000 - Water heaters and heating for buildings; plumbing equipment.
39715300 - Plumbing equipment.
44115200 - Plumbing and heating materials.
44115210 - Plumbing materials.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).
The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 1 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.
Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Overall 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: No
II.2.14) Additional information: This is an award notice, meaning this opportunity has now been awarded.
II.2) Description (lot no. 2)
II.2.1) Title:Mechanical Engineering Works
Lot No:2
II.2.2) Additional CPV code(s):
45350000 - Mechanical installations.
45100000 - Site preparation work.
45200000 - Works for complete or part construction and civil engineering work.
45300000 - Building installation work.
45400000 - Building completion work.
51100000 - Installation services of electrical and mechanical equipment.
71000000 - Architectural, construction, engineering and inspection services.
71500000 - Construction-related services.
71300000 - Engineering services.
71600000 - Technical testing, analysis and consultancy services.
71800000 - Consulting services for water-supply and waste consultancy.
39715000 - Water heaters and heating for buildings; plumbing equipment.
39715300 - Plumbing equipment.
44115200 - Plumbing and heating materials.
44115210 - Plumbing materials.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).
The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 1 and 2 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 2 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.
Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 250,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 1,000,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Overall 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: No
II.2.14) Additional information: This is an award notice, meaning this opportunity has now been awarded.
II.2) Description (lot no. 3)
II.2.1) Title:Electrical Engineering Works
Lot No:3
II.2.2) Additional CPV code(s):
45310000 - Electrical installation work.
45100000 - Site preparation work.
45200000 - Works for complete or part construction and civil engineering work.
45300000 - Building installation work.
45400000 - Building completion work.
51100000 - Installation services of electrical and mechanical equipment.
71000000 - Architectural, construction, engineering and inspection services.
71300000 - Engineering services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71800000 - Consulting services for water-supply and waste consultancy.
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
32000000 - Radio, television, communication, telecommunication and related equipment.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).
The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 3 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.
Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Overall 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: No
II.2.14) Additional information: This is an award notice, meaning this opportunity has now been awarded.
II.2) Description (lot no. 4)
II.2.1) Title:Electrical Engineering Works
Lot No:4
II.2.2) Additional CPV code(s):
45310000 - Electrical installation work.
45100000 - Site preparation work.
45200000 - Works for complete or part construction and civil engineering work.
45300000 - Building installation work.
45400000 - Building completion work.
51100000 - Installation services of electrical and mechanical equipment.
71000000 - Architectural, construction, engineering and inspection services.
71300000 - Engineering services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71800000 - Consulting services for water-supply and waste consultancy.
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
32000000 - Radio, television, communication, telecommunication and related equipment.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire), UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire and Nottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3 (Lincolnshire CC).
The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
The Common Procurement Vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 71000000, construction related services is deemed to include 71300000, engineering services and 71314310 Heating engineering services for buildings.
This is a framework opportunity that will utilise a mix of mini-competition and direct award to allocate projects. A parallel lotting model has been adopted, wherein Lots 3 and 4 are mirrored Lots that cover the same scope of works. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage, Arc anticipate that one supplier/entity will be awarded Lot 4 to provide the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement.
Individual commissions called-off under the framework may be as little as 2,500 GBP or exceed 100,000 GBP.
Bidders applying for this Lot are required to have a minimum annual turnover of 400,000 GBP.
II.2.5) Award criteria:
Quality criterion - Name: Overall 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: No
II.2.14) Additional information: This is an award notice, meaning this opportunity has now been awarded.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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 000-019704
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: Arc123.1
Lot Number: 1
Title: Mechanical Engineering Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/11/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (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: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Miller Freeman & Sons (Nottingham) Limited, 02222641
4 Parkyn Road, Daybrook, Nottingham, NG5 6BG, United Kingdom
NUTS Code: UKF14
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: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Arc123.2
Lot Number: 2
Title: Mechanical Engineering Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/11/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (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: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Miller Freeman & Sons (Nottingham) Limited, 02222641
4 Parkyn Road, Daybrook, Nottingham, NG5 6BG, United Kingdom
NUTS Code: UKF14
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: 5,500,000
Total value of the contract/lot: 5,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Arc123.3
Lot Number: 3
Title: Electrical Engineering Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/11/2022
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)
Arnold Electrical, NA
Aggregate House, 50 Church Street, Basford, Nottingham, NG6 0GD, United Kingdom
NUTS Code: UKF14
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: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Arc123.4
Lot Number: 4
Title: Electrical Engineering Work
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/11/2022
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)
Lukes & Godwin Limited, 03836913
Unit 7 Hamilton Court, Oakham Business Park, Mansfield, NG18 5FB, 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: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: This is an award notice, meaning this contract has now been awarded.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=738573458
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30-day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of
ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Proceedings may be instigated by the issue of a Claim Form meeting the requirements of the Court Procedure Rules (‘CPR’) within 30 days from when the relevant economic operator first knew or ought to have known that grounds for proceedings had arisen.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 23/11/2022