Award

AP2418 - Asbestos Analyst Consultancy Framework

SCAPE GROUP LIMITED (TRADING AS SCAPE)

This public procurement record has 3 releases in its history.

Award

02 Apr 2025 at 15:01

TenderUpdate

12 Sep 2024 at 11:05

Tender

10 Sep 2024 at 09:05

Summary of the contracting process

Scape Group Limited, trading as SCAPE, has awarded a framework agreement for asbestos analyst consultancy services under the title "AP2418 - Asbestos Analyst Consultancy Framework". The procurement targeted the architectural, construction, engineering and inspection services industry. This framework resulted in three suppliers being appointed to provide asbestos analysis services across Nottinghamshire and other areas including Lincolnshire, South Yorkshire, Leicestershire and Derbyshire. The agreement, managed by Arc Partnership, operates under an NEC4 Framework Contract and covers various elements of the client's business over an initial two-year period with possible extensions totalling another two years. SCAPE employed a selective tendering method following the Public Contracts Regulations 2015, which involved a two-stage procurement process: a selection stage and an award stage. Key dates include the framework initiation on 1 April 2025.

This tender represents a significant business opportunity for asbestos consultants and analysts, particularly small or medium enterprises (SMEs), due to the structured and recurrent nature of public sector projects. The framework allows pre-qualified suppliers to compete on a mini-competition basis for each project or through direct awards when appropriate. Businesses proficient in providing high-quality, reliable asbestos analysis services and capable of collaborating with public sector clients, contractors, and other partners will find ample growth opportunities. The contract terms include rigorous performance monitoring, ensuring only capable firms are successful, thereby promoting continuous improvement and professional development within the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
3
Supplier Names

ACORN ANALYTICAL SERVICES

BDA SURVEYING

KORDUS CONSULTING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}