Scape Group Limited (trading as SCAPE): AP2201 - Scaffolding Framework 2023-27

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

Notice Summary
Title: AP2201 - Scaffolding Framework 2023-27
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Works
Procedure: Restricted
Short Description: SCAPE on behalf of Arc Property Services Partnership Ltd, are seeking to set up a new Framework Contract for scaffolding services across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas. The NEC4 Framework Contract will be used to assist the Client in conducting their repairs, maintenance, servicing and construction works
Published: 13/02/2023 10:43
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
             Scape Group Limited (trading as SCAPE), 05660357
             2nd Floor, East West Building, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
             Tel. +44 8006696565, Email: roberth@scape.co.uk
             Contact: Robert Hunter
             Main Address: https://www.scape.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: 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/V8GZT3J926
      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: AP2201 - Scaffolding Framework 2023-27       
      Reference Number: AP2201
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: SCAPE on behalf of Arc Property Services Partnership Ltd, are seeking to set up a new Framework Contract for scaffolding services across various locations within the Nottinghamshire, Derbyshire, South Yorkshire and Leicestershire areas.

The NEC4 Framework Contract will be used to assist the Client in conducting their repairs, maintenance, servicing and construction works       
      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:
      44212317 - Scaffolding structures.
      45262110 - Scaffolding dismantling work.
      45262120 - Scaffolding erection work.
      44212310 - Scaffolding.
      45262100 - Scaffolding work.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKE3 South Yorkshire
      
      II.2.4) Description of procurement: Please note: No warranty is given to the Supplier by neither SCAPE or Arc Property Services Partnership Ltd (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 Framework 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.

The framework will be in place for a period of 2 years, with the option to extend for 2 periods of 1 year (2 + 1 + 1 = maximum 4 years).

Projects will vary in value but as an indication (based on the last 12 months), they may be: £1-£10K (86%) £11K - £25K (5%) £26K - £50K (9%)

The service comprises of a number of elements including, but not limited to: scaffold design; access scaffolding to elevations, lift shafts and the like, including fans, mesh screens; structural scaffolding e.g. to party walls; birdcage scaffolding; cantilever access scaffolding; staircase platforms; primary loading platforms; travelling access platforms; support scaffolding and propping; crash decks; barriers and safety scaffolding; and hoists

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 3 scoring Bidders will be invited to enter the Framework.

Full details of the process can be found within 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: 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: Yes       
      Description of renewals: The framework will be in place for a period of 24 months, with the option to extend for two periods of 12 months (24 + 12 + 12 = maximum 48 months).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 7
            
      Objective criteria for choosing the limited number of candidates: The top 7 (seven) Bidders who PASS all selection criteria and score the highest points during the PQQ Stage (Stage 1) will pass on to the ITT Stage (Stage 2).

Full details of the process can be found within the tender documents.
      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: Please note that the "reserve list" stated within the PIN notice is no longer part of the Framework Contract and places on the Framework will be solely awarded to the 3 Bidders who achieve the best price/quality ratio scores following the conclusion of the Procurement process.

Full details can be found within the tender documents.       


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:          
      Full details can be found within the tender documents.    
      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.2.2) Contract performance conditions       
      Performance information can be found with the Framework Conditions, included as part of the procurement document suite.          
      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: 3               
         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: 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: 20/03/2023 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/04/2023       
      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
      
      

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.SCAPE considers that this Framework 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.

The CPV codes stated are deemed to include, the category and subcategory codes below the CPV codes stated.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Construction-work./V8GZT3J926

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V8GZT3J926
   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: 13/02/2023

Annex A


View any Notice Addenda

View Award Notice