Scape Group Limited (trading as SCAPE): AP2338 - Temporary Site Accommodation and Equipment

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

Notice Summary
Title: AP2338 - Temporary Site Accommodation and Equipment
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Open
Short Description: SCAPE is procuring this contract on behalf of Arc Property Services Partnership Limited (Arc Partnership). Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. The services will comprise a range of temporary site accommodation and welfare on construction sites for Arc Partnership. Applications are invited from experienced providers of temporary site accommodation and equipment services who can provide high quality, whilst using a customer focused approach particularly in the public sector. The specific services that may be procured under the contract cannot be clearly defined at this stage, however the nature and types of services that may be required may include those services identified by CPV codes on or inconnection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.
Published: 29/01/2024 16:05
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,: Accommodation and office services.
Section I: Contracting Authority
      I.1) Name and addresses
             SCAPE group Ltd, 05660357
             2nd Floor East West Building,, 1 Tollhouse Hill,, England,, Nottingham,, NG1 5AT, United Kingdom
             Tel. +44 1159583200, Email: nickt@scape.co.uk
             Contact: Nick Taylor
             Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
             NUTS Code: UKF14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.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%2C:-Accommodation-and-office-services./358T5C5566
      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-UK-Nottingham%2C:-Accommodation-and-office-services./358T5C5566 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: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham%2C:-Accommodation-and-office-services./358T5C5566
      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: AP2338 - Temporary Site Accommodation and Equipment       
      Reference Number: AP2338
      II.1.2) Main CPV Code:
      98340000 - Accommodation and office services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: SCAPE is procuring this contract on behalf of Arc Property Services Partnership Limited (Arc Partnership). Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. The services will comprise a range of temporary site accommodation and welfare on construction sites for Arc Partnership.
Applications are invited from experienced providers of temporary site accommodation and equipment services who can provide high quality, whilst using a customer focused approach particularly in the public sector. The specific services that may be procured under the contract cannot be clearly defined at this stage, however the nature and types of services that may be required may include those services identified by CPV codes on or inconnection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45212413 - Short-stay accommodation construction work.
      44613400 - Storage containers.
      44211100 - Modular and portable buildings.
      34928310 - Safety fencing.
      
      II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      UKE3 South Yorkshire
      UKF14 Nottingham
      UKF15 North Nottinghamshire
      UKF3 Lincolnshire
      UKF16 South Nottinghamshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire),UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire andNottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3(Lincolnshire CC).
The services will comprise a range of temporary site accommodation and welfare on construction sites as noted. In addition, ancillary services will be made available by the partner through their own supply chain. The specific services that may be procured cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land orproperty, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership. The Contract will be for an initial period of 2 years with the option to extend by an extra two years in annual increments to a maximum of four years (2+1+1). Bidders applying for this opportunity are required to have a minimum annual turnover of 200,000 GBP.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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/358T5C5566       


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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         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: 05/03/2024 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/05/2024
         Time: 14:01
      

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%2C:-Accommodation-and-office-services./358T5C5566

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/358T5C5566
   VI.4) Procedures for review
   VI.4.1) Review body:
             SCAPE Group Ltd
       2nd Floor, East West building,, tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   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: 29/01/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham,: Accommodation and office services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       SCAPE group Ltd, 05660357
       2nd Floor East West Building,, 1 Tollhouse Hill,, England,, Nottingham,, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scape.co.uk
       Contact: Nick Taylor
       Main Address: https://www.scape.co.uk/, Address of the buyer profile: https://www.scape.co.uk/
       NUTS Code: UKF14

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

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

   I.5) Main activity:
      Other activity: Scape Group is a public sector owned, built environment specialist supplier of framework solutions.

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: AP2338 - Temporary Site Accommodation and Equipment            
      Reference number: AP2338

      II.1.2) Main CPV code:
         98340000 - Accommodation and office services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: SCAPE procured this contract on behalf of Arc Property Services Partnership Limited (Arc Partnership). Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group. The services to be provided comprise of a range of temporary site accommodation and welfare on construction sites for Arc Partnership.
Applications were invited from experienced providers of temporary site accommodation and equipment services who can provide high quality, whilst using a customer focused approach particularly in the public sector. The specific services that may be procured under the contract cannot be clearly defined at this stage, however the nature and types of services that may be required may include those services identified by CPV codes on or inconnection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,569,824
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45212413 - Short-stay accommodation construction work.
            44613400 - Storage containers.
            44211100 - Modular and portable buildings.
            34928310 - Safety fencing.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
      UKE3 - South Yorkshire
      UKF14 - Nottingham
      UKF15 - North Nottinghamshire
      UKF3 - Lincolnshire
      UKF16 - South Nottinghamshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      Leicestershire CC and Rutland
      South Yorkshire
      Nottingham
      North Nottinghamshire
      Lincolnshire
      South Nottinghamshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: Places of performance: UKF14 (Nottingham), UKF15 (North Nottinghamshire),UKF16 (South Nottinghamshire), UKE3 (South Yorkshire), UKF1 (Derbyshire andNottinghamshire), UKF22 (Leicestershire CC and Rutland), and UKF3(Lincolnshire CC).
The services will comprise a range of temporary site accommodation and welfare on construction sites as noted. In addition, ancillary services will be made available by the partner through their own supply chain. The specific services that may be procured cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land orproperty, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership. The Contract will be for an initial period of 2 years with the option to extend by an extra two years in annual increments to a maximum of four years (2+1+1). Bidders who applyied for this opportunity were required to have a minimum annual turnover of 200,000 GBP.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality questionnaire / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


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

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

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

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-002979
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/07/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (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: 6          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             LOC Hire Ltd, SC481475
             155-175 Glasgow Road, Longcroft, Scotland, Bonnybridge, FK4 1QY, United Kingdom
             NUTS Code: UKM
            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: Not Provided          
         Total value of the contract/lot: 1,569,824
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=874790249

   VI.4) Procedures for review

      VI.4.1) Review body
          SCAPE Group Ltd
          2nd Floor, East West building,, tollhouse Hill, Nottingham, NG1 5AT, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          The High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      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: 29/07/2024