Notice Information
Notice Title
AP2418 - Asbestos Analyst Consultancy Framework
Notice Description
SCAPE, on behalf of Arc Partnership (the Client) was seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement, 3 asbestos consultants/analysts were appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework utilises a Mini-competition framework procedure where the three providers provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary. The framework duration is 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract is used to manage the Client and Supplier relationship. The Contract covers all elements of the Client's business. The contract consists of one Lot.
Lot Information
Lot 1
Provision of Asbestos Analysis Consultancy Services. Estimated value based on framework duration of four (4) years. This comprises of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. The actual amount of work issued via the Framework cannot be guaranteed and will vary depending on requirements as they arise. This framework utilises a mini-competition or direct award to allocate projects. The model works on framework pre-tendered net labour, materials and sub-contractor costs, with overheads and profit and any design (only where required), being priced separately. 3 suppliers were awarded to provide all the required services at the conclusion of the procurement process. The suppliers are expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance is monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services shall be performed in accordance with the framework agreement. The procurement was conducted in 2 stages: Stage 1 - Selection Stage - This was a set of questions and criteria that must have been passed in order to move on to Stage 2 of the procurement. Bidders must have met all of the necessary selection criteria and provided answers to the questions asked. The questions were marked by a panel and the top 9 scoring Bidders progressed to Stage 2. The criteria and questions were based on the Bidders history and what they were currently doing. Stage 2 - Award Stage - This was a set questions that Bidder needed to answer based on what the Bidder will do or how they will approach works if they get onto the Framework. Bidders were also evaluated on their submitted prices and scores were added to achieve a price/quality score. The top scoring 3 Bidders were invited to enter the Framework. Full details of the process can be found withing tender documents, however, this will be a stage 2, restricted process as identified within regulation 28 of the Public Contracts Regulations 2015. The minimum insurance requirements were: PS5,000,000.00 Employer's Liability Insurance, PS5,000,000.00 Public Liability Insurance and PS10,000,000 Professional Indemnity Insurance. Additional information: Prices are set for the first 2 years of the Framework with prices for the following years linked to CPI.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-049987
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012610-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71250000 - Architectural, engineering and surveying services
71315000 - Building services
71317000 - Hazard protection and control consultancy services
Notice Value(s)
- Tender Value
- £800,000 £500K-£1M
- Lots Value
- £800,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £800,000 £500K-£1M
Notice Dates
- Publication Date
- 2 Apr 202510 months ago
- Submission Deadline
- 11 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Mar 202510 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCAPE GROUP LIMITED (TRADING AS SCAPE)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- NOTTINGHAM
- Postcode
- NG1 5AT
- Post Town
- Nottingham
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF14 Nottingham
- Delivery Location
- TLF East Midlands (England)
-
- Local Authority
- Nottingham
- Electoral Ward
- Hyson Green & Arboretum
- Westminster Constituency
- Nottingham East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-049987-2025-04-02T16:01:42+01:00",
"date": "2025-04-02T16:01:42+01:00",
"ocid": "ocds-h6vhtk-049987",
"description": "Note: This Framework has not been awarded to a Group of Economic Operators and has instead been awarded to multiple separate Economic Operators. The notice states that the Framework has been awarded to a Group of Economic Operators; however, this is a limitation of the e-Sender system and cannot be unselected. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=938767341 GO Reference: GO-202542-PRO-29992907",
"initiationType": "tender",
"tender": {
"id": "AP2418",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "AP2418 - Asbestos Analyst Consultancy Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "SCAPE, on behalf of Arc Partnership (the Client) was seeking tenders from suitably experienced asbestos consultants/analysts to provide asbestos analysis services. As a result of this procurement, 3 asbestos consultants/analysts were appointed to deliver asbestos analysis services across Nottinghamshire and other properties owned by Arc's clients in Lincolnshire, South Yorkshire, Leicestershire and Derbyshire under a framework agreement with the Arc Partnership. The framework utilises a Mini-competition framework procedure where the three providers provide quotes on a project by project basis to supply Asbestos Analyst Consultancy. The framework also allows for Direct Award when necessary. The framework duration is 2 years with two optional extension years (2 + 1 + 1). The NEC4 Framework Contract is used to manage the Client and Supplier relationship. The Contract covers all elements of the Client's business. The contract consists of one Lot.",
"value": {
"amount": 800000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Provision of Asbestos Analysis Consultancy Services. Estimated value based on framework duration of four (4) years. This comprises of 2 years plus optional extension years of 1 + 1 years I.E. (2) + (1) + (1) years. The actual amount of work issued via the Framework cannot be guaranteed and will vary depending on requirements as they arise. This framework utilises a mini-competition or direct award to allocate projects. The model works on framework pre-tendered net labour, materials and sub-contractor costs, with overheads and profit and any design (only where required), being priced separately. 3 suppliers were awarded to provide all the required services at the conclusion of the procurement process. The suppliers are expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance is monitored using a set of comprehensive performance indicators. Services shall be delivered by the consultant and their supply chain. All services shall be performed in accordance with the framework agreement. The procurement was conducted in 2 stages: Stage 1 - Selection Stage - This was a set of questions and criteria that must have been passed in order to move on to Stage 2 of the procurement. Bidders must have met all of the necessary selection criteria and provided answers to the questions asked. The questions were marked by a panel and the top 9 scoring Bidders progressed to Stage 2. The criteria and questions were based on the Bidders history and what they were currently doing. Stage 2 - Award Stage - This was a set questions that Bidder needed to answer based on what the Bidder will do or how they will approach works if they get onto the Framework. Bidders were also evaluated on their submitted prices and scores were added to achieve a price/quality score. The top scoring 3 Bidders were invited to enter the Framework. Full details of the process can be found withing tender documents, however, this will be a stage 2, restricted process as identified within regulation 28 of the Public Contracts Regulations 2015. The minimum insurance requirements were: PS5,000,000.00 Employer's Liability Insurance, PS5,000,000.00 Public Liability Insurance and PS10,000,000 Professional Indemnity Insurance. Additional information: Prices are set for the first 2 years of the Framework with prices for the following years linked to CPI.",
"value": {
"amount": 800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"name": "Price",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71317000",
"description": "Hazard protection and control consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKF"
},
{
"region": "UKF"
}
],
"deliveryLocation": {
"description": "EAST MIDLANDS (ENGLAND)"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The full selection criteria - including any pass / fail elements based on technical ability - are detailed within the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As stated withing the Framework Conditions.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-10-11T14:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-11-25T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 720
}
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The minimum insurance requirements are: PS5,000,000.00 Employer's Liability Insurance, PS5,000,000.00 Public Liability Insurance and PS10,000,000 Professional Indemnity Insurance."
},
"newValue": {
"text": "The minimum insurance requirements are: PS5,000,000.00 Employer's Liability Insurance, PS5,000,000.00 Public Liability Insurance and PS5,000,000 Professional Indemnity Insurance."
},
"where": {
"section": "II.2.4",
"label": "Final paragraph"
}
}
],
"description": "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:-Architectural%2C-construction%2C-engineering-and-inspection-services./242HT78YV6 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/242HT78YV6 GO Reference: GO-2024912-PRO-27672863"
}
]
},
"parties": [
{
"id": "GB-FTS-123920",
"name": "Scape Group Limited (trading as SCAPE)",
"identifier": {
"legalName": "Scape Group Limited (trading as SCAPE)",
"id": "5660357"
},
"address": {
"streetAddress": "2nd Floor, East West Building, 1 Tollhouse Hill",
"locality": "Nottingham",
"region": "UKF14",
"postalCode": "NG1 5AT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Olga Kochowicz",
"telephone": "+44 8006696565",
"email": "procurement@arc-partnership.co.uk",
"url": "https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Architectural%2C-construction%2C-engineering-and-inspection-services./242HT78YV6"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.scape.co.uk/",
"buyerProfile": "https://www.arc-partnership.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "SCAPE is a public sector owned, built environment specialist supplier of framework and procurement solutions."
}
]
}
},
{
"id": "GB-FTS-113470",
"name": "SCAPE Group Ltd",
"identifier": {
"legalName": "SCAPE Group Ltd"
},
"address": {
"streetAddress": "2nd Floor, East West Building, 1 Tollhouse Hill",
"locality": "Nottingham",
"postalCode": "NG1 5AT",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-113471",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand, London",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-142708",
"name": "BDA Surveying Limited",
"identifier": {
"legalName": "BDA Surveying Limited",
"id": "04912280"
},
"address": {
"streetAddress": "Chapel Street, Oadby",
"locality": "Leicester",
"region": "UKF21",
"postalCode": "LE2 5AD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7398609670",
"email": "russell@bdasurveying.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142709",
"name": "Acorn Analytical Services",
"identifier": {
"legalName": "Acorn Analytical Services",
"id": "04723192"
},
"address": {
"streetAddress": "The Old Print Works, Carr Street",
"locality": "Cleckheaton",
"region": "UKE42",
"postalCode": "BD19 5HG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142710",
"name": "Kordus Consulting Limited",
"identifier": {
"legalName": "Kordus Consulting Limited",
"id": "10890170"
},
"address": {
"streetAddress": "Unit 29 Ransom Hall, Ransom Wood Business Park, Southwell Road West",
"locality": "Nottingham",
"region": "UKF14",
"postalCode": "NG210HJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-123920",
"name": "Scape Group Limited (trading as SCAPE)"
},
"language": "en",
"awards": [
{
"id": "012610-2025-AP2418-1",
"relatedLots": [
"1"
],
"title": "Asbestos Analyst Consultancy",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-142708",
"name": "BDA Surveying Limited"
},
{
"id": "GB-FTS-142709",
"name": "Acorn Analytical Services"
},
{
"id": "GB-FTS-142710",
"name": "Kordus Consulting Limited"
}
]
}
],
"contracts": [
{
"id": "012610-2025-AP2418-1",
"awardID": "012610-2025-AP2418-1",
"title": "Asbestos Analyst Consultancy",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-04-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 7
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
}
}