Efficiency East Midlands Ltd: Sustainable Refurbishment of Historic Buildings

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

Notice Summary
Title: Sustainable Refurbishment of Historic Buildings
Notice type: Contract Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Works
Procedure: Open
Short Description: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the sensitive and sustainable refurbishment of listed buildings or buildings of particular historical or architectural interest. Due to the potential wide range of projects eligible to use the established framework we have decided to split the works into the following lots: •Lot 1 Domestic Properties (incorporating the New Bolsover Model Village Project) •Lot 2 Commercial/Non Domestic Properties We will also be looking for Contractors who have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Heritage England. Works will be across a range of building types including tenanted and void domestic and commercial properties.
Published: 21/04/2016 15:15
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Buildings of particular historical or architectural interest.
Section I: Contracting Authority
      I.1) Name and addresses
             Efficiency East Midlands Ltd
             Pure Offices, Lake View Drive, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
             Tel. +44 1623729946, Email: rebecca@eem.org.uk
             Contact: Rebecca Dermody
             Main Address: https://www.efficiency-em.co.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: http://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Buildings-of-particular-historical-or-architectural-interest./6E84QRKA43
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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
            Other type:: Body Governed by Public Law (Procurement Consortia)
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Sustainable Refurbishment of Historic Buildings       
      Reference Number: EEM0062
      II.1.2) Main CPV Code:
      45212350 - Buildings of particular historical or architectural interest.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the sensitive and sustainable refurbishment of listed buildings or buildings of particular historical or architectural interest. Due to the potential wide range of projects eligible to use the established framework we have decided to split the works into the following lots:

•Lot 1 Domestic Properties (incorporating the New Bolsover Model Village Project)
•Lot 2 Commercial/Non Domestic Properties

We will also be looking for Contractors who have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Heritage England. Works will be across a range of building types including tenanted and void domestic and commercial properties.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000,000       
      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: Sustainable Refurbishment of Domestic Properties       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45212350 - Buildings of particular historical or architectural interest.
      92522200 - Preservation services of historical buildings.
      45453100 - Refurbishment work.
      45262510 - Stonework.
      45262500 - Masonry and bricklaying work.
      45262522 - Masonry work.
      44111800 - Mortar (construction).
      45260000 - Roof works and other special trade construction works.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      44221000 - Windows, doors and related items.
      45421100 - Installation of doors and windows and related components.
      45261300 - Flashing and guttering work.
      45261320 - Guttering work.
      45232451 - Drainage and surface works.
      45232452 - Drainage works.
      45223200 - Structural works.
      45320000 - Insulation work.
      45321000 - Thermal insulation work.
      45421151 - Installation of fitted kitchens.
      45211310 - Bathrooms construction work.
      45311000 - Electrical wiring and fitting work.
      45232141 - Heating works.
      45340000 - Fencing, railing and safety equipment installation work.
      45262640 - Environmental improvement works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the sensitive and sustainable refurbishment of domestic listed buildings or buildings of particular historical or architectural interest. The scope of works is likely to, but not limited to, include:
•Cleaning and repair of all masonry fabric, including specialist conservation work to carved elements
•Reinstatement or repair of lime mortar (or other mortar work relevant to the building)
•Repair or replacement of slate roofing (or other roofing material relevant to the building)
•Reinstatement of lost stone or brick features
•Refurbishment/replacement of windows and doors relevant to the building
•Repair/replacement of defective rainwater goods and all above ground pipework, including associated fittings
•Reinstatement or repair of drainage systems
•Remedial works to address any structural issues
•Insulation work to walls, roof and floors appropriate and relevant to the construction type of the building
•Internal refurbishment works required to raise the standard of the building including but not limited to new kitchens, new bathrooms, upgrades to M&E systems, ventilation, decorating
•External environmental works including but not limited to the refurbishment or replacement of fencing and railings, construction or repair of pathways, landscaping works to the area.

All works are must be carried out by skilled operatives with experience working in their relevant trade on listed buildings. EEM will be looking for degree of visibility and transparency in the Framework Contractors sub-contract arrangements, and particularly the selection of specialist sub-contractors who will deliver more sensitive aspects of the Contractors responsibilities. We will also be looking for Contractors who have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Historic England/English Heritage. Works will be across a range of building types including tenanted and void domestic properties.

For Lot 1 Domestic Properties, the first contract to be called off from the framework will be on behalf of Bolsover District Council. The basis of the framework specification and pricing schedules have all been based around this actual project. It is expected that Bolsover District Council will call off from the framework by direct selection, in line with the rules set out in the EEM Framework Agreement.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality (Method Statements) / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 100,000,000       
      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: The Authorised Users of the Framework Agreements being advertised by this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice are:
1 Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being one of the organisations identified at www.efficiency-em.co.uk; and
2 Any Future Member of EEM — being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents of EEM and in respect of which such organisation notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise begun by publication of this Contract Notice that such organisation is an Authorised User. Future EEM Members may include consortia made up of organisations which would themselves individually be a Future EEM Member and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of the special purpose vehicle that own and control that special purpose vehicle; and
3 An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member (as defined at 1 above) nor a Future Member of EEM (as defined at 2 above) but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in one or more geographic area in which it operates and is a local authority i.e.. a County, Metropolitan (City), District or Borough Council or a Unitary Authority in England or Wales or is an Arm’s Length Management Organisation (‘ALMO’) or any statutory replacement or successor organisation managed by such local authority under a management agreement under section 27 of the Housing Act 1985(or subsequent legislation) or is a provider of social housing registered as a registered provider with the Homes and Communities Agency or as a registered social landlord with the Welsh Ministers or (in the case of EEM) is an NHS Trust (which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education or further education college or other public sector organisation and in all cases in respect of any such contracting authority organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise being advertised by this Contract Notice that such organisation is an Authorised User of the Framework Agreements, EEM Participants may include consortia made up of organisations which would themselves individually be an EEM Participant and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of that special purpose vehicle that own and control that special purpose vehicle.
Details of the Members of EEM at the date of this Contract Notice and the current Authorised Users can be obtained from the following website address www.efficiency-em.co.uk. For the purpose of this Notice, the geographical area of local authorities and the names of those authorities are identifiable by reference to the DirectGov website at www.gov.uk. A full list of all current registered providers can be found at www.homesandcommunities.gov.uk. A full list of all registered providers can be found at www.homesandcommunities.gov.uk and of all current registered social landlords can be found atwww.gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales.
A full list of NHS organisations can be found at:
www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
A full list of educational establishments including Universities, Higher Education colleges and Further Education colleges can be found at https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies andhttp://www.education.gov.uk/edubase/home.xhtml

Reference to legislation in this Contract Notice includes successor and/or replacement legislation.

EEM reserves the right not to award any Framework Agreements at the end of the procurement exercise begun by publication of this Contract Notice or to award only part of parts of the proposed works and reserves the right not to award any one or more Lot.

EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.

Due to the potential wide range of projects eligible to use the framework and differing requirements and considerations for working within domestic and commercial properties, the Framework will be split into lots as described in this contract notice and the tender documentation. Contractors are able to tender for any number and mixture of lots. If applying for multiple lots, please consider your current resources and ensure that you only apply for the lots that you are able to service fully and have the required experience to deliver.

The Call Off Contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of this Contract Notice may extend for a duration of up to two years beyond expiry of the four year term of the Framework Agreements.

Please note that the total potential value stated in II.2.6 is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 Sustainable Refurbishment of Commercial/Non Domestic Properties       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45212350 - Buildings of particular historical or architectural interest.
      92522200 - Preservation services of historical buildings.
      45453100 - Refurbishment work.
      45262510 - Stonework.
      45262500 - Masonry and bricklaying work.
      45262522 - Masonry work.
      44111800 - Mortar (construction).
      45260000 - Roof works and other special trade construction works.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261410 - Roof insulation work.
      45261900 - Roof repair and maintenance work.
      44221000 - Windows, doors and related items.
      45421100 - Installation of doors and windows and related components.
      45261300 - Flashing and guttering work.
      45261320 - Guttering work.
      45232451 - Drainage and surface works.
      45232452 - Drainage works.
      45223200 - Structural works.
      45320000 - Insulation work.
      45321000 - Thermal insulation work.
      45421151 - Installation of fitted kitchens.
      45211310 - Bathrooms construction work.
      45311000 - Electrical wiring and fitting work.
      45232141 - Heating works.
      45340000 - Fencing, railing and safety equipment installation work.
      45262640 - Environmental improvement works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the sensitive and sustainable refurbishment of commercial (non-domestic) listed buildings or buildings of particular historical or architectural interest. The scope of works is likely to, but not limited to, include:
•Cleaning and repair of all masonry fabric, including specialist conservation work to carved elements
•Reinstatement or repair of lime mortar (or other mortar work relevant to the building)
•Repair or replacement of slate roofing (or other roofing material relevant to the building)
•Reinstatement of lost stone or brick features
•Refurbishment/replacement of windows and doors relevant to the building
•Repair/replacement of defective rainwater goods and all above ground pipework, including associated fittings
•Reinstatement or repair of drainage systems
•Remedial works to address any structural issues
•Insulation work to walls, roofs and floors appropriate and relevant to the construction type of the building
•Internal refurbishment works required to raise the standard of the building including but not limited to new kitchens, new bathrooms, upgrades to M&E systems, ventilation, decorating
•External environmental works including but not limited to the refurbishment or replacement of fencing and railings, construction or repair of pathways, landscaping works to the area.

We are looking for contractors who can undertake all the works required and will not be dividing works into separate trades. This Lot will include a sample project which will be used for evaluation purposes.

All works are must be carried out by skilled operatives with experience working in their relevant trade on listed buildings. EEM will be looking for degree of visibility and transparency in the Framework Contractors sub-contract arrangements, and particularly the selection of specialist sub-contractors who will deliver more sensitive aspects of the Contractors responsibilities. We will also be looking for Contractors who have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Historic England/English Heritage. Works will be across a range of building types including tenanted and void domestic and commercial properties.

Lot 2 will be made available to all current and future members for works on commercial buildings which are owned and/or managed by the member or which they have a particular interest in. Building types which may fall into this Lot include but is not limited to office buildings, town halls, council houses, townscape projects and museums.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality (Method Statements) / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      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: The Authorised Users of the Framework Agreements being advertised by this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice are:
1 Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being one of the organisations identified at www.efficiency-em.co.uk; and
2 Any Future Member of EEM — being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents of EEM and in respect of which such organisation notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise begun by publication of this Contract Notice that such organisation is an Authorised User. Future EEM Members may include consortia made up of organisations which would themselves individually be a Future EEM Member and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of the special purpose vehicle that own and control that special purpose vehicle; and
3 An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member (as defined at 1 above) nor a Future Member of EEM (as defined at 2 above) but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in one or more geographic area in which it operates and is a local authority i.e.. a County, Metropolitan (City), District or Borough Council or a Unitary Authority in England or Wales or is an Arm’s Length Management Organisation (‘ALMO’) or any statutory replacement or successor organisation managed by such local authority under a management agreement under section 27 of the Housing Act 1985(or subsequent legislation) or is a provider of social housing registered as a registered provider with the Homes and Communities Agency or as a registered social landlord with the Welsh Ministers or (in the case of EEM) is an NHS Trust (which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education or further education college or other public sector organisation and in all cases in respect of any such contracting authority organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise being advertised by this Contract Notice that such organisation is an Authorised User of the Framework Agreements, EEM Participants may include consortia made up of organisations which would themselves individually be an EEM Participant and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of that special purpose vehicle that own and control that special purpose vehicle.
Details of the Members of EEM at the date of this Contract Notice and the current Authorised Users can be obtained from the following website address www.efficiency-em.co.uk. For the purpose of this Notice, the geographical area of local authorities and the names of those authorities are identifiable by reference to the DirectGov website at www.gov.uk. A full list of all current registered providers can be found at www.homesandcommunities.gov.uk. A full list of all registered providers can be found at www.homesandcommunities.gov.uk and of all current registered social landlords can be found atwww.gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales.
A full list of NHS organisations can be found at:
www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
A full list of educational establishments including Universities, Higher Education colleges and Further Education colleges can be found at https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies andhttp://www.education.gov.uk/edubase/home.xhtml

Reference to legislation in this Contract Notice includes successor and/or replacement legislation.

EEM reserves the right not to award any Framework Agreements at the end of the procurement exercise begun by publication of this Contract Notice or to award only part of parts of the proposed works and reserves the right not to award any one or more Lot.

EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.

The Call Off Contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of this Contract Notice may extend for a duration of up to two years beyond expiry of the four year term of the Framework Agreements.

Due to the potential wide range of projects eligible to use the framework and differing requirements and considerations for working within domestic and commercial properties, the Framework will be split into Lots as described in this contract notice and the tender documentation. Contractors are able to tender for any number and mixture of lots. If applying for multiple lots, please consider your current resources and ensure that you only apply for the lots that you are able to service fully and have the required experience to deliver.

Please note that the total potential value stated in II.2.6 is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.       


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:          
      All works are must be carried out by skilled operatives with experience working in their relevant trade on listed buildings. EEM will be looking for degree of visibility and transparency in the Framework Contractors sub-contract arrangements, and particularly the selection of specialist sub-contractors who will deliver more sensitive aspects of the Contractors responsibilities. We will also be looking for Contractors who have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Heritage England. Works will be across a range of building types including tenanted and void domestic and commercial properties.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Information and formalities necessary for evaluating if the requirements are met: A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      The information and formalities set out in Directive 2014/24/EU and Regulations 56 to 64 of the Public Contracts Regulations 2015, as set out in the procurement documents. The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4) of this contract notice    
      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
      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: 12           
         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: 2016/S 15 - 21182       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 03/06/2016 Time: 15:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/06/2016
         Time: 15:30
      

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.

This Contract Notice has been published by Efficiency East Midlands Limited (‘EEM’) on behalf of their members and the other organisations described below as being Authorised Users. EEM is incorporated as companies limited by guarantee. The Framework Agreements being procured by the procurement exercise begun by publication of this Contract Notice will be entered by EEM as the Contracting Authorities which will have undertaken and completed that procurement exercise. Any reference in this Contract Notice to Contracting Authority is deemed to be and include a reference to EEM.

The current members of EEM can be found at http://efficiency-em.co.uk/members/

The Framework Agreement is available to use by all current and future EEM members, as stated in II.2.14.

The Authorised Users will have requirements predominantly within the East Midlands but not exclusively so and may in the future have requirements in other parts of England and Wales. Authorised Users in other parts of England and Wales may also access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice. The successful economic operators may therefore expect the Framework Agreements to be awarded at conclusion of this procurement exercise to be operated and implemented throughout England and Wales.

Organisations expressing interest and receiving PQQ documents should be aware that TUPE legislation may apply to the arrangements which are being advertised by this Contract Notice; EEM for themselves and all Authorised Users express no view or opinion about whether TUPE legislation will or will not apply and all organisations expressing interest in response to publication of this Contract Notice and selected to be invited to tender must take their own legal and other relevant advice at all Stages.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Buildings-of-particular-historical-or-architectural-interest./6E84QRKA43

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6E84QRKA43
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be “ineffective”.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 21/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Buildings of particular historical or architectural interest.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Efficiency East Midlands Ltd
       Pure Offices, Lake View Drive, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
       Tel. +44 1623729946, Email: rebecca@eem.org.uk
       Contact: Rebecca Dermody
       Main Address: https://www.efficiency-em.co.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.4)Type of the contracting authority:
      Other type:: Body Governed by Public Law (Procurement Consortia)

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Sustainable Refurbishment of Historic Buildings            
      Reference number: EEM0062

      II.1.2) Main CPV code:
         45212350 - Buildings of particular historical or architectural interest.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) have established a new framework for the sensitive and sustainable refurbishment of listed buildings or buildings of particular historical or architectural interest. Due to the potential wide range of projects eligible to use the established framework we the works were split into the following lots:

•Lot 1 Domestic Properties (incorporating the New Bolsover Model Village Project)
•Lot 2 Commercial/Non Domestic Properties

Contractors had to have in-house conservation experience to manage any projects and provide heritage oversight to all aspects of the works. Contractors will also need to provide a proven track record in working with the Heritage Lottery Fund and Heritage England. Works will be across a range of building types including tenanted and void domestic and commercial properties.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
               
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 300,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Sustainable Refurbishment of Domestic Properties   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45212350 - Buildings of particular historical or architectural interest.
            92522200 - Preservation services of historical buildings.
            45453100 - Refurbishment work.
            45262510 - Stonework.
            45262500 - Masonry and bricklaying work.
            45262522 - Masonry work.
            44111800 - Mortar (construction).
            45260000 - Roof works and other special trade construction works.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            44221000 - Windows, doors and related items.
            45421100 - Installation of doors and windows and related components.
            45261300 - Flashing and guttering work.
            45261320 - Guttering work.
            45232451 - Drainage and surface works.
            45232452 - Drainage works.
            45223200 - Structural works.
            45320000 - Insulation work.
            45321000 - Thermal insulation work.
            45421151 - Installation of fitted kitchens.
            45211310 - Bathrooms construction work.
            45311000 - Electrical wiring and fitting work.
            45232141 - Heating works.
            45340000 - Fencing, railing and safety equipment installation work.
            45262640 - Environmental improvement works.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: EEM have established a new framework for the sensitive and sustainable refurbishment of domestic listed buildings or buildings of particular historical or architectural interest. The scope of works is likely to, but not limited to, include:
•Cleaning and repair of all masonry fabric
•Reinstatement or repair of lime mortar
•Repair or replacement of slate roofing
•Reinstatement of lost stone or brick features
•Refurbishment/replacement of windows and doors relevant to the building
•Repair/replacement of defective rainwater goods and all above ground pipework
•Reinstatement or repair of drainage systems
•Remedial works to address any structural issues
•Insulation work to walls, roof and floors
•Internal refurbishment works including but not limited to new kitchens, new bathrooms, upgrades to M&E systems, ventilation, decorating
•External environmental works

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (Method Statements) / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 Sustainable Refurbishment of Commercial/Non Domestic Properties   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45212350 - Buildings of particular historical or architectural interest.
            92522200 - Preservation services of historical buildings.
            45453100 - Refurbishment work.
            45262510 - Stonework.
            45262500 - Masonry and bricklaying work.
            45262522 - Masonry work.
            44111800 - Mortar (construction).
            45260000 - Roof works and other special trade construction works.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261410 - Roof insulation work.
            45261900 - Roof repair and maintenance work.
            44221000 - Windows, doors and related items.
            45421100 - Installation of doors and windows and related components.
            45261300 - Flashing and guttering work.
            45261320 - Guttering work.
            45232451 - Drainage and surface works.
            45232452 - Drainage works.
            45223200 - Structural works.
            45320000 - Insulation work.
            45321000 - Thermal insulation work.
            45421151 - Installation of fitted kitchens.
            45211310 - Bathrooms construction work.
            45311000 - Electrical wiring and fitting work.
            45232141 - Heating works.
            45340000 - Fencing, railing and safety equipment installation work.
            45262640 - Environmental improvement works.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: EEM have established a new framework for the sensitive and sustainable refurbishment of domestic listed buildings or buildings of particular historical or architectural interest. The scope of works is likely to, but not limited to, include:
•Cleaning and repair of all masonry fabric
•Reinstatement or repair of lime mortar
•Repair or replacement of slate roofing
•Reinstatement of lost stone or brick features
•Refurbishment/replacement of windows and doors relevant to the building
•Repair/replacement of defective rainwater goods and all above ground pipework
•Reinstatement or repair of drainage systems
•Remedial works to address any structural issues
•Insulation work to walls, roof and floors
•Internal refurbishment works including but not limited to new kitchens, new bathrooms, upgrades to M&E systems, ventilation, decorating
•External environmental works

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (Method Statements) / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: EEM0062    
   Lot Number: 1    
   Title: Sustainable Refurbishment of Domestic Properties

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Robert Woodhead Limited
             Edwinstowe House, High Street, Edwinstowe, Nottinghamshire, NG21 9PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Willmott Dixon Energy Services Limited
             Spirella 2 Icknield Way, Letchworth Garden City, Hertfordshire, SG6 4GY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 10,000,000 / Highest offer: 14,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: EEM0062/2    
   Lot Number: 2    
   Title: Sustainable Refurbishment of Commercial Properties

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: This Contract Notice has been published by Efficiency East Midlands Limited (EEM) on behalf of their members and the other organisations described below. The Authorised Users of the Framework Agreements and entitled to access and use the Framework Agreements are:
1. Any current EEM Member being an organisation identified at www.efficiency-em.co.uk
2. Any Future Member of EEM being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents
3. An EEM Participant being an organisation based within England or Wales which is neither a current EEM Member nor a Future Member of EEM
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=217215569

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 08/09/2016