Scape Group Limited (trading as SCAPE) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | AP2213 - Statutory Inspections 2023-29 |
Notice type: | Contract Notice |
Authority: | Scape Group Limited (trading as SCAPE) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the undertaking of inspections in line with our statutory duties, across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. The NEC4 Term Service Short Contract will be used to assist the Client in conducting the services of this Contract. Please note: No warranty is given to the Supplier by neither SCAPE or the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work. |
Published: | 01/06/2023 07:14 |
View Full Notice
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/respond/7JH28TAEZ9
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: AP2213 - Statutory Inspections 2023-29
Reference Number: AP2213
II.1.2) Main CPV Code:
71315300 - Building surveying services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the undertaking of inspections in line with our statutory duties, across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.
The NEC4 Term Service Short Contract will be used to assist the Client in conducting the services of this Contract.
Please note: No warranty is given to the Supplier by neither SCAPE or the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
50750000 - Lift-maintenance services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: The service comprises of the inspection of a number of pieces of equipment, including, but not limited to:
•Lifting and hoisting equipment including slings and ceiling track hoists
•Passenger and goods lifts
•Lifting beds and other furniture
The Contract will be in place for a period of 2 years, with the option to extend for 2 periods of 2 years (2 + 2 + 2 = maximum 6 years).
The £250,00.00 estimated value is the approximate maximum value of the contract over the potential 6 years of the contract, equating to around £41,000 per annum. However, as stated, no guarantee of this value is given to the Bidders.
The Procurement will be conducted under an Open Procedure, in line with the Public Contracts Regulations 2015. The process will be split into 2 parts:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked.
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 Bidder will be invited to enter the Contract.
Full procurement details can be found within the procurement documentation.
Please note: The Client reserve the right to establish communication with the awarded Contractor, prior to the Contract start date.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2023 / End: 31/08/2029
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/7JH28TAEZ9
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
Contract performance to be measured via Key Performance Indicators as stated in the contract documents
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: 06/07/2023 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 06/07/2023
Time: 14:00
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:-Building-surveying-services./7JH28TAEZ9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7JH28TAEZ9
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of Justice
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Institute of Chartered Surveyors
12 Great George Street, London, SW1P 3AD, United Kingdom
Tel. +44 2476868555
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/06/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Scape Group Limited (trading as SCAPE), 05660357
2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, 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 is a public sector owned supplier of framework solutions
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: AP2213 - Statutory Inspections 2023-29
Reference number: AP2213
II.1.2) Main CPV code:
71315300 - Building surveying services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: SCAPE on behalf of Arc Property Services Partnership Ltd (the Client), are seeking to set up a new Contract for the undertaking of inspections in line with our statutory duties, across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. The NEC4 Term Service Short Contract will be used to assist the Client in conducting the services of this Contract. Please note: No warranty is given to the Supplier by neither SCAPE or the Client as to the amount (if any) or nature of the service and/or work which may be required to be carried out by the Supplier during the Contract period and no claim for compensation either contractual or otherwise will be accepted in respect of any variation in the volume of the work.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 306,175.11
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
50750000 - Lift-maintenance 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 service comprises of the inspection of a number of pieces of equipment, including, but not limited to:
•Lifting and hoisting equipment including slings and ceiling track hoists
•Passenger and goods lifts
•Lifting beds and other furniture
The Contract will be in place for a period of 2 years, with the option to extend for 2 periods of 2 years (2 + 2 + 2 = maximum 6 years).
The £250,00.00 estimated value is the approximate maximum value of the contract over the potential 6 years of the contract, equating to around £41,000 per annum. However, as stated, no guarantee of this value is given to the Bidders.
The Procurement will be conducted under an Open Procedure, in line with the Public Contracts Regulations 2015. The process will be split into 2 parts:
Stage 1 – Selection Stage – Bidders must meet all off the necessary selection criteria and provide answers to the questions asked.
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 Bidder will be invited to enter the Contract.
Full procurement details can be found within the procurement documentation.
Please note: The Client reserve the right to establish communication with the awarded Contractor, prior to the Contract start date.
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/7JH28TAEZ9
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: 2023/S 000-015498
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: AP2213
Lot Number: Not Provided
Title: Statutory Inspections 2023-29
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/08/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ashdale Engineering UK Ltd, 06013500
82-84 Shirehampton Road, Stoke Bishop, Bristol, BS9 2DR, United Kingdom
Tel. +44 1179682671, Email: bristoloffice@ashdale-engineering.com
Internet address: www.ashdale-engineering.com
NUTS Code: UKK1
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: 250,000
Total value of the contract/lot: 306,175.11
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=806574178
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Royal Institute of Chartered Surveyors
12 Great George Street, London, SW1P 3AD, United Kingdom
Tel. +44 2476868555
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 04/09/2023