Efficiency East Midlands Ltd: Damp Proofing, Mould & Associated Works DPS

  Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Damp Proofing, Mould & Associated Works DPS
Notice type: Contract Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Efficiency East Midlands Ltd (EEM) is a Procurement Consortia which establishes and manages a range of procurement routes for our members including Frameworks and Dynamic Purchasing Systems. Our members include Social Housing Providers, Local Authorities, Universities, NHS Trust and regional Police Forces. EEM wishes to invite applications from suitably qualified organisations to carry out works across a range of damp proofing, mould and associated works. EEM are looking to establish a dynamic purchasing system (DPS) to engage a range of providers that are able to deliver a diverse range of damp proofing, timber treatments, condensation control and associated works on the Members portfolios of domestic and commercial properties. Submissions to join the DPS can be made at any time and will remain open for application for 5 years and will operate through the Delta portal.
Published: 19/09/2023 11:07
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Alfreton: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             E E M Ltd
             Unit 3, Maises Way, Alfreton, DE55 2DS, United Kingdom
             Tel. +44 1246395610, Email: olivia@eem.org.uk
             Contact: Olivia Broome
             Main Address: https://www.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:-Repair-and-maintenance-services./73M8Q5H3JA
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/73M8Q5H3JA 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: Damp Proofing, Mould & Associated Works DPS       
      Reference Number: DPS0004
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) is a Procurement Consortia which establishes and manages a range of procurement routes for our members including Frameworks and Dynamic Purchasing Systems. Our members include Social Housing Providers, Local Authorities, Universities, NHS Trust and regional Police Forces. EEM wishes to invite applications from suitably qualified organisations to carry out works across a range of damp proofing, mould and associated works.

EEM are looking to establish a dynamic purchasing system (DPS) to engage a range of providers that are able to deliver a diverse range of damp proofing, timber treatments, condensation control and associated works on the Members portfolios of domestic and commercial properties.

Submissions to join the DPS can be made at any time and will remain open for application for 5 years and will operate through the Delta portal.       
      II.1.5) Estimated total value:
      Value excluding VAT: 80,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      51100000 - Installation services of electrical and mechanical equipment.
      71315300 - Building surveying services.
      71315400 - Building-inspection services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      UKF EAST MIDLANDS (ENGLAND)
      UKI LONDON
      UKH EAST OF ENGLAND
      UKK SOUTH WEST (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKL WALES
      UKC NORTH EAST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: EEM is looking to create a list of approved Contractors who can deliver a number of or all of the following elements of work during the course of the DPS:

Category 1 - Damp and Mould Surveys and Inspection
Sub-categories
- Damp and Mould Surveys and Inspection
•Identify the damp/mould problem within properties
•Determine the source of moisture
•Inspect any existing damp proof course (where necessary)
•Inspect any problems with the building structure
•Identify potential future problems resulting from damp (such as dry rot or wet rot)
•Advise on additional steps (if any) that are required to safeguard properties
•Photographs to support findings
•Where requested and appropriate, Contractors should provide a calcium carbide test
•Provide a comprehensive summary of what damp treatments are needed
- Timber Surveys and Reports
- Condensation Surveys and Reports
- Associated Works

Category 2 - Damp and Mould Remediation Works
Sub-categories
- Injection of liquid DPC’s (BBA Certified)
- Damp and Mould Remediation Works
•Tanking Works
•Repair works to damp damaged finishes and fittings
•Repair and remediation works to joists and other timbers (damp damage)
•Cavity Wall Insulation removal and reinstallation and ancillary works
•Brickwork pointing
•Stain blocking

Condensation Control
•Ventilation Measures
•Mould DNA Testing
•Mould Treatment
•Mould Removal

Timber Treatments
•Treatment of Wet and Dry Rot
•Treatment of Woodworm Infestations
•Stopping the Source of Moisture
•Damaged Area Removal
•Timber Replacement

Associated Works
•Wallpaper stripping
•Plastering
•Gutter clearance
•Removal and re-fixing of kitchen units and other fittings and fixtures including plumbing and electrical elements
•Removal and re-fitting of bathroom suites and other fittings and fixtures including plumbing and electrical elements
•Removal and re-fixing of carpets
•Making good of any damaged or disturbed surfaces including re-plastering, re-fixing/replacement of floorboards, ceilings, skirting boards etc.

Category 3 - Waterproofing
Sub-categories
Cellar & Below Ground Waterproofing
•Cementitious Systems
•Cavity Wall/Floor Membranes
•Sump Pump Systems
•Surveys to be undertaken by a Cavity Insulation Guarantee Agency Limited (CIGA) registered installer
- Associated Works

Category 4 - Damp Monitoring
Sub-categories
Sensors & Information
•Air Quality Monitoring
•Ventilation Systems installations and other smart devices
- Associated Works

This DPS 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 DPS Agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia: Westworks( www.westworks.org.uk (https://www.westworks.org.uk), Advantage South West (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 .

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).
      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: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
             
      Objective criteria for choosing the limited number of candidates: 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 respond to this opportunity please click here: https://www.delta-esourcing.com/respond/73M8Q5H3JA

The procurement process will be run in accordance with the following programme:
First Mini Tenders released from: 31.10.2023;
DPS end date: 30.10.2028       


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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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               
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers - NO           
         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: 2023/S 000 - 014751       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 29/10/2028
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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
      
      

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 No       
   Electronic payment will be used No       
   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 review the DPS requirements and supporting documents and submit an application for our Damp Proofing, Mould and Associated Works DPS please follow the steps below :

https://www.delta-esourcing.com/
Response Manager
Access Code: 73M8Q5H3JA

Please also complete the Standard Selection Questionnaire
https://www.delta-esourcing.com/
Response Manager
Access Code: 7MB7456MJ4
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Alfreton:-Repair-and-maintenance-services./73M8Q5H3JA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/73M8Q5H3JA
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          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:
          The Cabinet Office
       London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 19/09/2023

Annex A


View any Notice Addenda

View Award Notice