Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | EEM0069-23 Facilities Services Framework |
Notice type: | Contract Notice |
Authority: | Efficiency East Midlands Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 300 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like-minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses: www.westworks.org.uk, www.southeastconsortium.org.uk & www.advantagesouthwest.co.uk. Contracting Authorities looking to let from this Facilities Services Framework will support Members own residential and commercial properties or for a specific element of work covered by this framework. The Framework will be split into the five Lots and will also be covering two geographical locations. |
Published: | 25/08/2023 12:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
EEM0069-23 Facilities Services Framework, 07762614
3 Maisies Way, South Normanton, Alfreton, DE55 2DS, United Kingdom
Tel. +44 1246395610, Email: tenders@eem.org.uk
Contact: Jonathan Tomalin
Main Address: https://eem.org.uk/
NUTS Code: UK
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/tenders/UK-UK-Alfreton:-Facilities-management-services./3E528UD29P
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: EEM0069-23 Facilities Services Framework
Reference Number: EEM0069-23 Facilities Services Framework
II.1.2) Main CPV Code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes
and manages a range of framework and DPS agreements. Our membership has now grown to 300 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like-minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses:
www.westworks.org.uk, www.southeastconsortium.org.uk & www.advantagesouthwest.co.uk. Contracting Authorities looking to let from this Facilities Services Framework will support Members own residential and commercial properties or for a specific element of work covered by this framework. The Framework will be split into the five Lots and will also be covering two geographical locations.
II.1.5) Estimated total value:
Value excluding VAT: 250,000,000
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: Grounds Maintenance & Tree Surgery Works
Lot No: 1
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in.
Lot 1 is being created to support Members with the following:
•All types of Grounds Maintenance works
•All types of Tree Surgery work.
•Any other associated Grounds Maintenance Facilities services.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2024 / End: 02/01/2028
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Winter Grounds Maintenance
Lot No: 2
II.2.2) Additional CPV codes:
90620000 - Snow-clearing services.
34144420 - Salt spreaders.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in.
Lot 2 is being created to support Members with the following:
•Gritting / Snow Clearance
•All types of Winter Grounds Maintenance works
•Any other associated Grounds Maintenance Facilities services.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2024 / End: 02/01/2028
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Waste Management
Lot No: 3
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in.
Lot 3 is being created to support Members with the following:
•Waste management,
•Any other associated Waste Management Facilities services.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2024 / End: 02/01/2028
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Cleaning Services
Lot No: 4
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in.
Lot 4 is being created to support Members with the following:
•Cleaning Services including carpets.
•Cleaning of windows all sizes and conservatories.
•Any other associated Cleaning Facilities services.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2024 / End: 02/01/2028
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Lightning Protection, Maintenance, Testing and Repairs
Lot No: 5
II.2.2) Additional CPV codes:
45312310 - Lightning-protection works.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in.
Lot 5 is being created to support Members with the following:
•Lightning Protection Installs
•Lightning Maintenance
•Lightning Testing and Repairs
•Any other associated Lightning Protection Facilities services.
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2024 / End: 02/01/2028
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: Not provided
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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:
Not Provided
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: Yes
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: 20/10/2023 Time: 14:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 20/10/2023
Time: 15:00
Place:
EEM Head Offices,
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 No
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. 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 this procurement. The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework. EEM reserves the right to appoint less than the numbers stated. This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users: 1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia - West Works (https://www.westworks.org.uk)) Advantage South West (https://www.advantagesouthwest.co.uk and South East Consortium(https://www.southeastconsortium.org.uk A full list of current members is available at www.eem.org.uk. (https://www.eem.org.uk). 2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Alfreton:-Facilities-management-services./3E528UD29P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3E528UD29P
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
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: 25/08/2023
Annex A