web-banner-marketing2

Market Leads & Opportunities

UK-Nottingham: Modular and portable buildings.

Type of document: Contract Notice
Country: United Kingdom

UK-Nottingham: Modular and portable buildings.
Section I: Contracting Authority
I.1) Name and addresses
Scape Group Limited (trading as SCAPE)
2nd Floor, East West Building,, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200, Email: Andyb@scapegroup.co.uk
Contact: Andy Button
Main Address: , Address of the buyer profile: 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:
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
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Arc090 – Plant and Equipment Hire
Reference Number: Not provided
II.1.2) Main CPV Code:
44211100 – Modular and portable buildings.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: SCAPE on behalf of Arc Partnership invites Bidders for the provision of Plant and equipment hire. The requirement is split into three lot:
Lot 1 – Temporary site accommodation and equipment
Lot 2 – Portable heating
Lot 3 – Temporary Building heat/hot water
Arc require a single provider per lot who can meet the full requirement of the lot, either directly or via there supply chain.
Arc Partnership is an innovative joint venture developed by Nottinghamshire County Council and Scape Group.
II.1.5) Estimated total value:
Value excluding VAT: 1,300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Lot 1 – Temporary site accommodation and equipment
Lot No: Lot 1
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:
UKF2 Leicestershire, Rutland and Northamptonshire
UKE3 South Yorkshire
UKF1 Derbyshire and Nottinghamshire

II.2.4) Description of procurement: Arc is seeking a suitably experienced organisation to provide Plant and Equipment hire as described within the Contract Notice and procurement documentation. Arc require various pieces of accommodation and equipment for the welfare of its staff and to safely run its construction projects.
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: 940,000
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 access the full documentation, go to the Delta e-sourcing portal.
Bidders must log in, go to Response Manager and add the following access codes:
Lot 1 = 4K56BN659G
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 – Temporary Portable Heating
Lot No: Lot 2
II.2.2) Additional CPV codes:
39715200 – Heating equipment.
39721411 – Gas heaters.

II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
UKE3 South Yorkshire
UKF1 Derbyshire and Nottinghamshire

II.2.4) Description of procurement: Arc provide an emergency response facility to numerous key properties and facilities within the NCC portfolio. These key properties will suffer great operational disruption if the heating fails and the temperature changes by a significant amount. This may result in vulnerable adults, children or the infirm being relocated which can cause great distress and inconvenience. Arc therefore require a supplier who can provide a responsive cover for temporary building heating within two hours’ notice 365 days a year.
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: 65,000
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 access the full documentation, go to the Delta e-sourcing portal.

Bidders must log in, go to Response Manager and add the following access codes:
Lot 2 = FSH7KU4E44
II.2) Description Lot No. 3

II.2.1) Title: Lot 3 – Temporary Building Heating
Lot No: Lot 3
II.2.2) Additional CPV codes:
39715000 – Water heaters and heating for buildings; plumbing equipment.

II.2.3) Place of performance:
UKF2 Leicestershire, Rutland and Northamptonshire
UKE3 South Yorkshire
UKF1 Derbyshire and Nottinghamshire

II.2.4) Description of procurement: Arc require a competent supplier to provide temporary boiler plant in the event of a failure at any of the properties within the NCC property portfolio. Arc will instruct the bidder to evaluate the output requirement and siting location for a suitable solution to the problem.

Once installed Arc will require the fuel system to be monitored, and kept re-fuel as required.
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: 35,000
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 access the full documentation, go to the Delta e-sourcing portal.
Bidders must log in, go to Response Manager and add the following access codes:
Lot 3 = Z6P6N4K8YB

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.2.2) 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 22/02/2021 Time: 12:00

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: 22/02/2021
Time: 12:00

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.
To view this notice, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
SCAPE
2nd Floor, East West Building,, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address:
VI.4.2) Body responsible for mediation procedures:
SCAPE
2nd Floor, East West Building,, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address:
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:
SCAPE
2nd Floor, East West Building,, 1 Tollhouse Hill, Nottingham, NG1 5AT, United Kingdom
Tel. +44 1159583200
Internet address:
VI.5) Date Of Dispatch Of This Notice: 11/01/2021

Annex A