Scape Group Limited (trading as SCAPE): AP2411 - M&E Design Services Framework

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

Notice Summary
Title: AP2411 - M&E Design Services Framework
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Restricted
Short Description: Scape Group, on behalf of Arc Property Services Partnership Limited as seeking to set up a Framework for mechanical and electrical design work. All sites where projects will be situated will be within the the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. The NEC4 Framework Contract will be used to manage the supplier and client relationship. Please note: No warranty is given to the Contractor by neither SCAPE nor the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Contractor during the Framework period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation inthe volume of the work. A overview of the services required can be found within documents K01 of the procurement documents.
Published: 17/06/2024 18:46
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: Engineering design services for mechanical and electrical installations for buildings.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Group Limited (trading as SCAPE), 05660357
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 6BT, United Kingdom
             Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk
             Contact: Robert Hunter
             Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
             NUTS Code: UKF14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Engineering-design-services-for-mechanical-and-electrical-installations-for-buildings./B4BT27CX6V
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/B4BT27CX6V 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: AP2411 - M&E Design Services Framework       
      Reference Number: AP2411
      II.1.2) Main CPV Code:
      71321000 - Engineering design services for mechanical and electrical installations for buildings.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scape Group, on behalf of Arc Property Services Partnership Limited as seeking to set up a Framework for mechanical and electrical design work. All sites where projects will be situated will be within the the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.

The NEC4 Framework Contract will be used to manage the supplier and client relationship.

Please note: No warranty is given to the Contractor by neither SCAPE nor the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Contractor during the Framework period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation inthe volume of the work.

A overview of the services required can be found within documents K01 of the procurement documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      79933000 - Design support services.
      72242000 - Design-modelling services.
      71320000 - Engineering design services.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The services will be performed in conjunction with the BG6 proforma and the RIBA stages of design. Successful Bidders must have experieince of BIM. It is anticipated that the services will be provided by the Contractor themselves and/or through their supply chain. Consortia bids will be accepted.

The Framework will be in place for a period of 2 years, with the option to extend for two further periods of 1 year (2 + 1+ 1 = max 4 years) and will conclude with a maximum of 4 suppliers.

The Procurement will be conducted in 2 stages:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 7 scoring Bidders will progress on to Stage 2.

Stage 2 – Award Stage – Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top scoring 4 Bidders will be invited to enter the Framework.

Please note: Arc Partnership reserve the right to establish communication with the awarded Contractors, prior to the Framework start date.

Full details of the process can be found within the tender documents, however, this will be a 2 stage, restricted process as identified within regulation 28 of the The Public Contracts Regulations 2015.

Stage 1 – Selection Criteria – This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. The criteria and questions are based on the Bidders history and what they are currently doing. Written answers will be scored by an evaluation panel.

Stage 2 – Award Criteria – This is a set of questions that the Bidder needs to answer based on what the Bidder will do or how they will approach works, if they get onto the framework. This will be scored by an evaluation panel.

Full procurement details can be found within document K02 of the tender documents.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B4BT27CX6V       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: 4               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/07/2024 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/09/2024       
      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): 24
      
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Engineering-design-services-for-mechanical-and-electrical-installations-for-buildings./B4BT27CX6V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B4BT27CX6V
   VI.4) Procedures for review
   VI.4.1) Review body:
             Scape Group Limited
       2nd Floor, East West Building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/06/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Engineering design services for mechanical and electrical installations for buildings.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Scape Group Limited (trading as SCAPE), 05660357
       2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 6BT, United Kingdom
       Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk
       Contact: Robert Hunter
       Main Address: https://www.arc-partnership.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
       NUTS Code: UKF14

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Scape Group is a public sector owned built environment procurement specialist.

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: AP2411 - M&E Design Services Framework            
      Reference number: AP2411

      II.1.2) Main CPV code:
         71321000 - Engineering design services for mechanical and electrical installations for buildings.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scape Group, on behalf of Arc Property Services Partnership Limited as seeking to set up a Framework for mechanical and electrical design work. All sites where projects will be situated will be within the the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.

The NEC4 Framework Contract will be used to manage the supplier and client relationship.

Please note: No warranty is given to the Contractor by neither SCAPE nor the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Contractor during the Framework period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation inthe volume of the work.

A overview of the services required can be found within documents K01 of the procurement documents.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 800,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.
            79933000 - Design support services.
            72242000 - Design-modelling services.
            71320000 - Engineering design services.


      II.2.3) Place of performance
      Nuts code:
      UKF - EAST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      EAST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: The services will be performed in conjunction with the BG6 proforma and the RIBA stages of design. Successful Bidders must have experieince of BIM. It is anticipated that the services will be provided by the Contractor themselves and/or through their supply chain. Consortia bids will be accepted.

The Framework will be in place for a period of 2 years, with the option to extend for two further periods of 1 year (2 + 1+ 1 = max 4 years) and will conclude with a maximum of 4 suppliers.

The Procurement will be conducted in 2 stages:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked. The questions will be marked by a panel and the top 7 scoring Bidders will progress on to Stage 2.

Stage 2 – Award Stage – Bidders will be evaluated on their submitted prices and answers to specific quality questions in order to achieve a price/quality score. The top scoring 4 Bidders will be invited to enter the Framework.

Please note: Arc Partnership reserve the right to establish communication with the awarded Contractors, prior to the Framework start date.

Full details of the process can be found within the tender documents, however, this will be a 2 stage, restricted process as identified within regulation 28 of the The Public Contracts Regulations 2015.

Stage 1 – Selection Criteria – This is a set of questions and criteria that must be passed in order to move on to Stage 2 of the procurement. The criteria and questions are based on the Bidders history and what they are currently doing. Written answers will be scored by an evaluation panel.

Stage 2 – Award Criteria – This is a set of questions that the Bidder needs to answer based on what the Bidder will do or how they will approach works, if they get onto the framework. This will be scored by an evaluation panel.

Full procurement details can be found within document K02 of the tender documents.

      II.2.5) Award criteria:
       Not Provided

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B4BT27CX6V


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


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

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-018685
      
   

   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: AP2411    
   Lot Number: Not Provided    
   Title: AP2411 - M&E Design Services Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/01/2025

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 16 (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: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Built Environment Consulting (East Midlands) Ltd, 08354230
             Jessop House Outrams Wharf,, Little Eaton,, Derby, DE21 5EL, United Kingdom
             Tel. +115 6842167
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ridge and Partners LLP, OC309402
             The Cowyards,, Blenheim Park,, Oxford Road,, Woodstock, OX20 1QR, United Kingdom
             Tel. +44 1217138000
             NUTS Code: UKJ14
            The contractor is an SME: No
         
         Contractor (No.3)
             Services Design Associates Ltd, 02280509
             Unit 1 Acres Hill Business Park, Acres Hill Lane,, Sheffield, S9 4LR, United Kingdom
             Tel. +44 1142447555
             NUTS Code: UKE32
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Couch Perry & Wilkes LLP, OC317478
             Interface 100,, Arleston Way,, Solihull,, B90 4LH, United Kingdom
             Tel. +44 1159243348
             NUTS Code: UKG32
            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
         
Section VI: Complementary information

   VI.3) Additional information: This framework has NOT been awarded to a group of economic operators but has been awarded to four, individual organisations as detailed within the original notice. It was conducted under a process compliant with the Public Contract Regulations 2015 and will be managed under those regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=952593810
   VI.4) Procedures for review

      VI.4.1) Review body
          Scape Group Limited
          2nd Floor, East West Building, Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
          Tel. +44 8006696565, Email: procurement@arc-partnership.co.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

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

   VI.5) Date of dispatch of this notice: 23/05/2025