Arc Property Services General Building Framework
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.
United Kingdom-Nottingham: Construction work
2019/S 124-301958
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
10074366
Level 2, City Gate West, Tollhouse Hill
Nottingham
NG1 5AT
United Kingdom
Contact person: Nick Taylor
Telephone: +44 1159583200
E-mail: nickt@scapegroup.co.uk
NUTS code: UKF14
Internet address(es):Main address: https://www.arc-partnership.co.uk/
Address of the buyer profile: https://www.arc-partnership.co.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Arc — General Building Framework
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
External Works
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 year framework plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 250 000 GBP per annum.
II.2.1)Title:
Suspended Ceilings
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 50 000 GBP per annum.
II.2.1)Title:
Painting and Decorating
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 50 000 GBP per annum.
II.2.1)Title:
Flooring
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 100 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 50 000 GBP per annum.
II.2.1)Title:
Windows and External Doors
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 100 000 GBP per annum.
II.2.1)Title:
Roofing
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 200 000 GBP per annum.
II.2.1)Title:
Asbestos Removals
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 200 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 100 000 GBP per annum.
II.2.1)Title:
Structural
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 300 000 GBP per annum.
II.2.1)Title:
Joinery
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 400 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 200 000 GBP per annum.
II.2.1)Title:
Catering Equipment
II.2.2)Additional CPV code(s)
II.2.3)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 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 500 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will comprise of 2 years plus optional extension years of 1 + 1 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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Turnover requirement 250 000 GBP per annum0
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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
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.
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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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
GO Reference: GO-2019626-PRO-15032124
VI.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar days 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.5)Date of dispatch of this notice: