Scape Group Limited (trading as SCAPE): Arc - General Building Framework

  Scape Group Limited (trading as SCAPE) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Arc - General Building Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Restricted
Short Description: Arc wishes 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, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. 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 any of the public sector bodies eligible to use the Framework.
Published: 26/06/2019 14:02
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             ARC PROPERTY SERVICES PARTNERSHIP LTD, 10074366
             Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 1159583200, Email: nickt@scapegroup.co.uk
             Contact: Nick Taylor
             Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
             NUTS Code: 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: Arc - General Building Framework       
      Reference Number: ARC031
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Arc wishes 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, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. 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 any of the public sector bodies eligible to use the Framework.       
      II.1.5) Estimated total value:
      Value excluding VAT: 12,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      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: External Works       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45111240 - Ground-drainage work.
      45232450 - Drainage construction works.
      45232451 - Drainage and surface works.
      45232452 - Drainage works.
      45232453 - Drains construction work.
      45232454 - Rainwater basin construction work.
      45216250 - Trench defences construction work.
      45233100 - Construction work for highways, roads.
      45233110 - Motorway construction works.
      45233120 - Road construction works.
      45233140 - Roadworks.
      45233141 - Road-maintenance works.
      45233142 - Road-repair works.
      45233160 - Paths and other metalled surfaces.
      45233161 - Footpath construction work.
      45233162 - Cycle path construction work.
      45233220 - Surface work for roads.
      45233221 - Road-surface painting work.
      45233229 - Verge maintenance work.
      45233252 - Surface work for streets.
      45233253 - Surface work for footpaths.
      45233270 - Parking-lot-surface painting work.
      45233300 - Foundation work for highways, roads, streets and footpaths.
      45233320 - Foundation work for roads.
      45233330 - Foundation work for streets.
      45233340 - Foundation work for footpaths.
      45243000 - Coastal-defence works.
      45243500 - Sea defences construction work.
      45243510 - Embankment works.
      45246410 - Flood-defences maintenance works.
      45247112 - Drainage canal construction work.
      45332000 - Plumbing and drain-laying work.
      45332300 - Drain-laying work.
      45332400 - Sanitary fixture installation work.
      45340000 - Fencing, railing and safety equipment installation work.
      45342000 - Erection of fencing.
      45421148 - Installation of gates.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 250 000 GBP
Estimated Value excluding VAT 2 000 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two year Framework plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 250 000 GBP per annum       
II.2) Description Lot No. 2
      
      II.2.1) Title: Suspended Ceilings       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45421141 - Installation of partitioning.
      45421146 - Installation of suspended ceilings.
      45421152 - Installation of partition walls.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 50 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 50 000 GBP per annum       
II.2) Description Lot No. 3
      
      II.2.1) Title: Painting and Decorating       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45442100 - Painting work.
      45442110 - Painting work of buildings.
      45442120 - Painting and protective-coating work of structures.
      45442121 - Painting work of structures.
      45442180 - Repainting work.
      45442190 - Paint-stripping work.
      45261200 - Roof-covering and roof-painting work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45440000 - Painting and glazing work.
      45451000 - Decoration work.
      79931000 - Interior decorating services.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 50 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 50 000 GBP per annum       
II.2) Description Lot No. 4
      
      II.2.1) Title: Flooring       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45432110 - Floor-laying work.
      45432111 - Laying work of flexible floor coverings.
      45432113 - Parquet flooring.
      45432114 - Wood flooring work.
      39530000 - Carpets, mats and rugs.
      39531000 - Carpets.
      39531310 - Carpet tiles.
      39531400 - Carpeting.
      39534000 - Industrial carpeting.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 50 000 GBP per annum       
II.2) Description Lot No. 5
      
      II.2.1) Title: Windows and External doors       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      45421111 - Installation of door frames.
      45421112 - Installation of window frames.
      45421120 - Installation of thresholds.
      45421130 - Installation of doors and windows.
      45421131 - Installation of doors.
      45421132 - Installation of windows.
      45316100 - Installation of outdoor illumination equipment.
      45331211 - Outdoor ventilation installation work.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 800 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 100 000 GBP per annum       
II.2) Description Lot No. 6
      
      II.2.1) Title: Roofing       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      45260000 - Roof works and other special trade construction works.
      45112713 - Landscaping work for roof gardens.
      45261000 - Erection and related works of roof frames and coverings.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261213 - Metal roof-covering work.
      45261214 - Bituminous roof-covering work.
      45261215 - Solar panel roof-covering work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45261222 - Cement roof-coating work.
      45261300 - Flashing and guttering work.
      45261310 - Flashing work.
      45261320 - Guttering work.
      45261400 - Sheeting work.
      45261410 - Roof insulation work.
      45261420 - Waterproofing work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      45261920 - Roof maintenance work.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 1 600 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 200 000 GBP per annum       
II.2) Description Lot No. 7
      
      II.2.1) Title: Asbestos Removals       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      45262660 - Asbestos-removal work.
      90650000 - Asbestos removal services.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 800 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 100 000 GBP per annum       
II.2) Description Lot No. 8
      
      II.2.1) Title: Structural       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      45223200 - Structural works.
      45223000 - Structures construction work.
      45223210 - Structural steelworks.
      45223220 - Structural shell work.
      45223500 - Reinforced-concrete structures.
      45223810 - Prefabricated constructions.
      45223820 - Prefabricated units and components.
      45223821 - Prefabricated units.
      45223822 - Prefabricated components.
      45223800 - Assembly and erection of prefabricated structures.
      45262300 - Concrete work.
      45262310 - Reinforced-concrete work.
      45262311 - Concrete carcassing work.
      45262320 - Screed works.
      45262340 - Grouting work.
      45262350 - Unreinforced concrete work.
      45262360 - Cementing work.
      45262370 - Concrete-coating work.
      45262400 - Structural steel erection work.
      45262410 - Structural steel erection work for buildings.
      45262420 - Structural steel erection work for structures.
      45262500 - Masonry and bricklaying work.
      45262510 - Stonework.
      45262520 - Bricklaying work.
      45262521 - Facing brickwork.
      45262522 - Masonry work.
      45262620 - Supporting walls.
      45262650 - Cladding works.
      45262800 - Building extension work.
      45262900 - Balcony work.
      45454000 - Restructuring work.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 250 000 GBP
Estimated Value excluding VAT 2 500 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 300 000 GBP per annum       
II.2) Description Lot No. 9
      
      II.2.1) Title: Joinery       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      45420000 - Joinery and carpentry installation work.
      45421000 - Joinery work.
      45421100 - Installation of doors and windows and related components.
      45421110 - Installation of door and window frames.
      45421111 - Installation of door frames.
      45421112 - Installation of window frames.
      45421150 - Non-metal joinery installation work.
      45421151 - Installation of fitted kitchens.
      45421160 - Ironmongery work.
      45422000 - Carpentry installation work.
      45422100 - Woodwork.
      44220000 - Builders' joinery.
      44232000 - Timber roof trusses.
      44233000 - Staircases.
      44230000 - Builders' carpentry.
      44231000 - Made-up fencing panels.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 40 000 GBP - 150 000 GBP
Estimated Value excluding VAT 1 600 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 200 000 GBP per annum       
II.2) Description Lot No. 10
      
      II.2.1) Title: Catering Equipment       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      39310000 - Catering equipment.
      39311000 - Light catering equipment.
      50883000 - Repair and maintenance services of catering equipment.
      39220000 - Kitchen equipment, household and domestic items and catering supplies.
      45212500 - Kitchen or restaurant conversion.
      45421151 - Installation of fitted kitchens.
      
      II.2.3) Place of performance:
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF16 South Nottinghamshire
      
      II.2.4) Description of procurement: Projects between 0 GBP - 500 000 GBP
Estimated Value excluding VAT 2 000 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Turnover requirement 250 000 GBP per annum       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      The procuring body expects that each bidder is suitably qualified in the field/trade/discipline of the Lot they apply for and can evidence this as a part of the bid.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Bidders must be able to evidence the specific minimum annual turnover requirement stipulated against each Lot.
Bidders must be able to self-certify that they already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (compulsory) liability insurance = 5 000 000 GBP*.
Public liability insurance = 5 000 000 GBP.
Professional indemnity insurance = 10 000 000 GBP.
*It is a legal requirement that all companies hold employer’s (compulsory) liability insurance of 5 000 000 GBP as a minimum. Please note this requirement is not applicable to sole traders.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      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       
      Arc will include a set of performance measures in the Contract and these will be used to manage the performance of the Contract, set improvement targets and monitor continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT.

Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:

— other companies engaged in Arc or other frameworks,
— the overall performance of all Arc or other frameworks,
— national performance measures where they are available.

The successful bidder will be required to collate and submit their own performance data via a pro-forma spreadsheet in accordance with the
performance management requirements set out in the Contract. Further details will be available in the ITT.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: 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: 30               
         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: This contract is suitable for economic operators that are small or medium enterprises (SME). However, selection of tenderers will be based solely on the criteria set out in this notice. In compliance with procurement regulations, drafts of the ITT and the Contract is issued at this stage for information. The content is under review and may change when issued to those invited to tender.    
   
   
   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: 09/08/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/10/2019       
      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): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Arc, through this procurement exercise, are seeking to enter into a Mini-Competition Framework with 3 (three) suppliers for each Lot.

Mini-Competition procedure:

Arc will issue request for quotation (RFQ) packs on a project by project basis to all delivery partners within the Lot. The evaluation of quotations will be based upon price holding a 100% weighting with the lowest price being awarded the full 100%.

The RFQ will comprise of;

•Document 1. Arc pricing proforma
•Drawings and designs
•Specifications of required works and instructions
•Proposed start on site date
•Required Completion date
•Return deadline for quotations

The delivery partners within the Lot MUST respond within the stipulated timeframe with the following constituting a compliant response;

•Document 1. Completed pricing document (which MUST be on the Arc provided proforma)
•Document 2. Health and safety statements for the site and works
•Document 3. Method statements for the works
•Confirmation of availability for the start date or proposed start on site date as long as completion date can be achieved
•Written confirmation of capacity to achieve the completion date

Arc will evaluate the returns with the award criteria being 100% price (submitted on Document 1 - Arc pricing proforma). Arc may reject the delivery partners response if;

•The delivery partner cannot commit to meeting the completion deadline or offers differing start on site and completion dates - Arc reserves the right to reject the quotation in its entirety if it deems the dates to be unacceptable. However, it may consider the proposed dates if there is cost or logistical advantage to the new proposal
or
•The delivery partner does not supply all of the required documentation in its return before the deadline set in Arcs RFQ

If Either of the health and safety (document 2) and works method statement (Document 3) are not acceptable – Arc will inform the bidder to enable them to make amendments if it deems these documents to be unsubstantial in covering the required health and safety requirements. However, this process must be achieved prior to the return deadline for quotations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./4R75MP45QV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4R75MP45QV
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 26/06/2019

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):
       ARC PROPERTY SERVICES PARTNERSHIP LTD, 10074366
       Level 2, City Gate West, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scapegroup.co.uk
       Contact: Nick Taylor
       Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.arc-partnership.co.uk/
       NUTS Code: 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: Arc - General Building Framework            
      Reference number: ARC031

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


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Arc has established a framework agreement for the supply of Building Works and Services. Applications were 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 were accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. 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 the public sector body 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: 10,900,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:External Works   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45111240 - Ground-drainage work.
            45232450 - Drainage construction works.
            45232451 - Drainage and surface works.
            45232452 - Drainage works.
            45232453 - Drains construction work.
            45232454 - Rainwater basin construction work.
            45216250 - Trench defences construction work.
            45233100 - Construction work for highways, roads.
            45233110 - Motorway construction works.
            45233120 - Road construction works.
            45233140 - Roadworks.
            45233141 - Road-maintenance works.
            45233142 - Road-repair works.
            45233160 - Paths and other metalled surfaces.
            45233161 - Footpath construction work.
            45233162 - Cycle path construction work.
            45233220 - Surface work for roads.
            45233221 - Road-surface painting work.
            45233229 - Verge maintenance work.
            45233252 - Surface work for streets.
            45233253 - Surface work for footpaths.
            45233270 - Parking-lot-surface painting work.
            45233300 - Foundation work for highways, roads, streets and footpaths.
            45233320 - Foundation work for roads.
            45233330 - Foundation work for streets.
            45233340 - Foundation work for footpaths.
            45243000 - Coastal-defence works.
            45243500 - Sea defences construction work.
            45243510 - Embankment works.
            45246410 - Flood-defences maintenance works.
            45247112 - Drainage canal construction work.
            45332000 - Plumbing and drain-laying work.
            45332300 - Drain-laying work.
            45332400 - Sanitary fixture installation work.
            45340000 - Fencing, railing and safety equipment installation work.
            45342000 - Erection of fencing.
            45421148 - Installation of gates.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 250 000 GBP
Estimated Value excluding VAT 2 000 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 250 000 GBP per annum

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Suspended Ceilings   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45421141 - Installation of partitioning.
            45421146 - Installation of suspended ceilings.
            45421152 - Installation of partition walls.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 50 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 50 000 GBP per annum

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Painting and Decorating   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45442100 - Painting work.
            45442110 - Painting work of buildings.
            45442120 - Painting and protective-coating work of structures.
            45442121 - Painting work of structures.
            45442180 - Repainting work.
            45442190 - Paint-stripping work.
            45261200 - Roof-covering and roof-painting work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45440000 - Painting and glazing work.
            45451000 - Decoration work.
            79931000 - Interior decorating services.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 50 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 50 000 GBP per annum

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Flooring   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45432110 - Floor-laying work.
            45432111 - Laying work of flexible floor coverings.
            45432113 - Parquet flooring.
            45432114 - Wood flooring work.
            39530000 - Carpets, mats and rugs.
            39531000 - Carpets.
            39531310 - Carpet tiles.
            39531400 - Carpeting.
            39534000 - Industrial carpeting.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 400 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 50 000 GBP per annum

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Windows and External doors   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            45421111 - Installation of door frames.
            45421112 - Installation of window frames.
            45421120 - Installation of thresholds.
            45421130 - Installation of doors and windows.
            45421131 - Installation of doors.
            45421132 - Installation of windows.
            45316100 - Installation of outdoor illumination equipment.
            45331211 - Outdoor ventilation installation work.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 800 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 100 000 GBP per annum

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Roofing   
      Lot No:6

      II.2.2) Additional CPV code(s):
            45260000 - Roof works and other special trade construction works.
            45112713 - Landscaping work for roof gardens.
            45261000 - Erection and related works of roof frames and coverings.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261213 - Metal roof-covering work.
            45261214 - Bituminous roof-covering work.
            45261215 - Solar panel roof-covering work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45261222 - Cement roof-coating work.
            45261300 - Flashing and guttering work.
            45261310 - Flashing work.
            45261320 - Guttering work.
            45261400 - Sheeting work.
            45261410 - Roof insulation work.
            45261420 - Waterproofing work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.
            45261920 - Roof maintenance work.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 1 600 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 200 000 GBP per annum

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Asbestos Removals   
      Lot No:7

      II.2.2) Additional CPV code(s):
            45262660 - Asbestos-removal work.
            90650000 - Asbestos removal services.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 150 000 GBP
Estimated Value excluding VAT 800 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 100 000 GBP per annum

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Structural   
      Lot No:8

      II.2.2) Additional CPV code(s):
            45223200 - Structural works.
            45223000 - Structures construction work.
            45223210 - Structural steelworks.
            45223220 - Structural shell work.
            45223500 - Reinforced-concrete structures.
            45223810 - Prefabricated constructions.
            45223820 - Prefabricated units and components.
            45223821 - Prefabricated units.
            45223822 - Prefabricated components.
            45223800 - Assembly and erection of prefabricated structures.
            45262300 - Concrete work.
            45262310 - Reinforced-concrete work.
            45262311 - Concrete carcassing work.
            45262320 - Screed works.
            45262340 - Grouting work.
            45262350 - Unreinforced concrete work.
            45262360 - Cementing work.
            45262370 - Concrete-coating work.
            45262400 - Structural steel erection work.
            45262410 - Structural steel erection work for buildings.
            45262420 - Structural steel erection work for structures.
            45262500 - Masonry and bricklaying work.
            45262510 - Stonework.
            45262520 - Bricklaying work.
            45262521 - Facing brickwork.
            45262522 - Masonry work.
            45262620 - Supporting walls.
            45262650 - Cladding works.
            45262800 - Building extension work.
            45262900 - Balcony work.
            45454000 - Restructuring work.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 250 000 GBP
Estimated Value excluding VAT 2 500 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 300 000 GBP per annum

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Joinery   
      Lot No:9

      II.2.2) Additional CPV code(s):
            45420000 - Joinery and carpentry installation work.
            45421000 - Joinery work.
            45421100 - Installation of doors and windows and related components.
            45421110 - Installation of door and window frames.
            45421111 - Installation of door frames.
            45421112 - Installation of window frames.
            45421150 - Non-metal joinery installation work.
            45421151 - Installation of fitted kitchens.
            45421160 - Ironmongery work.
            45422000 - Carpentry installation work.
            45422100 - Woodwork.
            44220000 - Builders' joinery.
            44232000 - Timber roof trusses.
            44233000 - Staircases.
            44230000 - Builders' carpentry.
            44231000 - Made-up fencing panels.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 40 000 GBP - 150 000 GBP
Estimated Value excluding VAT 1 600 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 200 000 GBP per annum

   II.2) Description (lot no. 10)
   

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

      II.2.2) Additional CPV code(s):
            39310000 - Catering equipment.
            39311000 - Light catering equipment.
            50883000 - Repair and maintenance services of catering equipment.
            39220000 - Kitchen equipment, household and domestic items and catering supplies.
            45212500 - Kitchen or restaurant conversion.
            45421151 - Installation of fitted kitchens.


      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF16 - South Nottinghamshire
   
      Main site or place of performance:
      Nottingham
      North Nottinghamshire
      South Nottinghamshire
             

      II.2.4) Description of the procurement: Projects between 0 GBP - 500 000 GBP
Estimated Value excluding VAT 2 000 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of Two years plus optional extension years of One plus One years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: Turnover requirement 250 000 GBP per annum


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 124-301958
      
   

   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: 1    
   Lot Number: 1    
   Title: External Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             PIKEMASTER LIMITED, 01487383
             31 Church View, Ollerton Village, Nottinghamshire, Newark, NG22 9BH, United Kingdom
             NUTS Code: UKF1
            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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 1    
   Title: External Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Gelder Limited, 02814031
             Tillbridge Lane,, Sturton By Stow,, Lincoln,, LN1 2DS, United Kingdom
             NUTS Code: UKF3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 1    
   Title: External Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Tanbry Construction Limited, 02907689
             Tanbry House, The Broadway, Great Central Road, Mansfield, NG18 2RL, United Kingdom
             NUTS Code: UKF
            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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 3    
   Title: Painting and Decorating

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CLC Contractors Limited, 01230435
             Unit 2, Northbrook Industrial Estate,, Vincent Avenue,, Southampton,, SO16 6PB, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 3    
   Title: Painting and Decorating

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      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 and Co (Mansfield) Limited, 02599772
             35 Kingsway,, Kirkby In Ashfield, Nottingham, NG17 7DR, United Kingdom
             NUTS Code: UKF
            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: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: 3    
   Title: Painting and Decorating

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             WHITTLE PROGRAMMED MAINTENANCE LIMITED, 03495743
             Cotton Place,, 2 Ivy Street,, Birkenhead, CH41 5EF, United Kingdom
             NUTS Code: UKD74
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Suspended Ceilings and partitions

   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: Not Provided    
   Lot Number: 4    
   Title: Flooring

   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: Not Provided    
   Lot Number: 5    
   Title: Windows and External doors

   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: 10    
   Lot Number: 6    
   Title: Roofing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Midland Roofing Services (Derby) Limited, 01418068
             Rear Of Staker Flatt Farm, Staker Lane, Mickleover,, Derby,, DE3 0DJ, United Kingdom
             NUTS Code: UKF
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

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

Award Of Contract (No.11)

   Contract No: 11    
   Lot Number: 6    
   Title: Roofing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Novus Property Solution Limited, 02403551
             PO Box 13,, Five Towns House Hillside,, Festival Way,, Stoke-On-Trent,, ST15SH, United Kingdom
             NUTS Code: UKG23
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

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

Award Of Contract (No.12)

   Contract No: 12    
   Lot Number: 7    
   Title: Asbestos Removals

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Envirocall Limited, 02290784
             Marston House 5,, Elmdon Lane,, Marston Green,, Solihull, B37 7DL, United Kingdom
             NUTS Code: UKG
            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.13)

   Contract No: 13    
   Lot Number: 7    
   Title: Asbestos Removals

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MJW Asbestos Removal Services Limited, 04027924
             Unit 4,, Irongate Yard Barton Road,, Long Eaton,, Nottingham, NG10 2FN, United Kingdom
             NUTS Code: UKF
            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.14)

   Contract No: 14    
   Lot Number: 8    
   Title: Structural

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Gelder Group Limited, 07458632
             Tillbridge Lane,, Sturton By Stow,, Lincoln,, LN1 2DS, United Kingdom
             NUTS Code: UKF3
            The contractor is an SME: No

      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.15)

   Contract No: 15    
   Lot Number: 8    
   Title: Structural

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TANBRY CONSTRUCTION LIMITED, 02907689
             Tanbry House, The Broadway,, Great Central Road,, Mansfield,, NG18 2RL, United Kingdom
             NUTS Code: UKF
            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.16)

   Contract No: 16    
   Lot Number: 9    
   Title: Joinery

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             P J Lilley Limited, 03712173
             9a Whyburn Lane,, Hucknall,, Nottinghamshire,, Nottingham,, NG15 6QN, United Kingdom
             NUTS Code: UKF
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

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

Award Of Contract (No.17)

   Contract No: 17    
   Lot Number: 9    
   Title: Joinery

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pheonix Contractors, N/A
             5 Beacon Way, Newark On Trent, Newark on Trent, NG24 2LD, United Kingdom
             NUTS Code: UKF
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

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

Award Of Contract (No.18)

   Contract No: 18    
   Lot Number: 10    
   Title: Catering Equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 12 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hatherley Commercial Services Limited, 04491384
             Unit 2 Woodland Court,, Brunel Business Park Jessop Close,, Newark on Trent, NG24 2AG, United Kingdom
             NUTS Code: UKF
            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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.19)

   Contract No: 19    
   Lot Number: 10    
   Title: Catering Equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 10 (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: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             KCM Catering Equipment Ltd, 05576567
             Unit 10 Partnership House,, Withambrook Park Industrial Estate,, Grantham,, NG31 9ST, United Kingdom
             NUTS Code: UKF3
            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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Arc, through this procurement exercise, are seeking to enter into a Mini-Competition Framework with a maximum of 3 (three) suppliers for each Lot.

Mini-Competition procedure:

Arc will issue request for quotation (RFQ) packs on a project by project basis to all delivery partners within the Lot. The evaluation of quotations will be based upon price holding a 100% weighting with the lowest price being awarded the full 100%.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=492211015

   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 has observed a minimum 10 calendar day standstill period at the point that an award decision notice was communicated to tenderers. The award decision notice specified 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 when the standstill period was expected to end or the date before which the Contracting Authority will not conclude the framework agreement.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/05/2020