Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | External Environment Improvement Works |
Notice type: | Contract Notice |
Authority: | Efficiency East Midlands Ltd |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Efficiency East Midlands (EEM) is a procurement consortia which establishes and manages a range of Framework Agreements. Our members include Social Housing Providers, Local Authorities, Universities & NHS Trusts. We are looking to establish a new framework for the provision of external environmental improvement works. Due to the geographical spread of our Members eligible to use the established framework we have decided to split the works into the following core regional geographical lots: Lot 1 Nottinghamshire and Derbyshire; Lot 2 Leicestershire and Northamptonshire; Lot 3 Lincolnshire; Lot 4 West Midlands; Lot 5 Greater London. An additional Lot has also been made available for Members who have properties across the whole of England and Wales or who sit outside of our core regions: Lot 6 National Coverage. A full description of the Lotting strategy is available in the tender documents. |
Published: | 23/01/2017 14:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Efficiency East Midlands Ltd
Icon@Pure Offices, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
Tel. +44 01623859786, Email: amy@eem.org.uk
Main Address: http://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:-Environmental-improvement-works./VKA4QFQ6BW
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
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: External Environment Improvement Works
Reference Number: EEM0044
II.1.2) Main CPV Code:
45262640 - Environmental improvement works.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Efficiency East Midlands (EEM) is a procurement consortia which establishes and manages a range of Framework Agreements. Our members include Social Housing Providers, Local Authorities, Universities & NHS Trusts. We are looking to establish a new framework for the provision of external environmental improvement works.
Due to the geographical spread of our Members eligible to use the established framework we have decided to split the works into the following core regional geographical lots:
Lot 1 Nottinghamshire and Derbyshire;
Lot 2 Leicestershire and Northamptonshire;
Lot 3 Lincolnshire;
Lot 4 West Midlands;
Lot 5 Greater London.
An additional Lot has also been made available for Members who have properties across the whole of England and Wales or who sit outside of our core regions:
Lot 6 National Coverage.
A full description of the Lotting strategy is available in the tender documents.
II.1.5) Estimated total value:
Value excluding VAT: 200,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 5
Maximum number of lots that may be awarded to one tenderer: 5
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: External Environment Improvement Works - Derbyshire and Nottinghamshire
Lot No: Lot 1
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45112700 - Landscaping work.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
43325000 - Park and playground equipment.
45233270 - Parking-lot-surface painting work.
45262330 - Concrete repair work.
45341000 - Erection of railings.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
45232452 - Drainage works.
II.2.3) Place of performance:
UKF11 Derby
UKF12 East Derbyshire
UKF13 South and West Derbyshire
UKF14 Nottingham
UKF15 North Nottinghamshire
UKF16 South Nottinghamshire
UKF1 Derbyshire and Nottinghamshire
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a framework for the provision of External Environment Improvement Works for EEM members located in Derbyshire and Nottinghamshire. The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 25,000,000
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: External Environment Improvement Works - Leicestershire and Northamptonshire
Lot No: Lot 2
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
45233270 - Parking-lot-surface painting work.
45341000 - Erection of railings.
43325000 - Park and playground equipment.
45262330 - Concrete repair work.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
II.2.3) Place of performance:
UKF22 Leicestershire CC and Rutland
UKF23 Northamptonshire
UKF2 Leicestershire, Rutland and Northamptonshire
UKF21 Leicester
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a framework for the provision of External Environment Improvement Works for EEM members located in Leicestershire and Northamptonshire. The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 25,000,000
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: External Environment Improvement Works - Lincolnshire
Lot No: Lot 3
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
45233270 - Parking-lot-surface painting work.
45341000 - Erection of railings.
43325000 - Park and playground equipment.
45262330 - Concrete repair work.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
45232452 - Drainage works.
II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a framework for the provision of External Environment Improvement Works for EEM members located in lincolnshire. The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 25,000,000
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: External Environment Improvement Works - West Midlands
Lot No: Lot 4
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
45233270 - Parking-lot-surface painting work.
45341000 - Erection of railings.
43325000 - Park and playground equipment.
45262330 - Concrete repair work.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
45232452 - Drainage works.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKG3 West Midlands
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a framework for the provision of External Environment Improvement Works for EEM members located in the West Midlands. The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 25,000,000
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: External Environment Improvement Works - London
Lot No: Lot 5
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
45233270 - Parking-lot-surface painting work.
45341000 - Erection of railings.
43325000 - Park and playground equipment.
45262330 - Concrete repair work.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
45232452 - Drainage works.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a framework for the provision of External Environment Improvement Works for EEM members located in London. The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 25,000,000
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: Not provided
II.2) Description Lot No. 6
II.2.1) Title: External Environment Improvement Works - National Coverage
Lot No: Lot 6
II.2.2) Additional CPV codes:
34928200 - Fences.
44221300 - Gates.
44221310 - Access gates.
45421148 - Installation of gates.
14213200 - Tarmac.
45233251 - Resurfacing works.
77314100 - Grassing services.
44113120 - Paving slabs.
44114250 - Concrete slabs.
44115710 - Canopies.
45233222 - Paving and asphalting works.
45432112 - Laying of paving.
45233270 - Parking-lot-surface painting work.
45341000 - Erection of railings.
43325000 - Park and playground equipment.
45262330 - Concrete repair work.
44112100 - Shelters.
45111240 - Ground-drainage work.
45232450 - Drainage construction works.
45232452 - Drainage works.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The purpose of this tendering exercise is to establish a Framework for the provision of External Environment Improvement Works for EEM members, who have properties across England and Wales and need coverage nationally or who have properties outside of the 5 core regions.
The scope of works is likely to include, but not limited to:
•Supply and installation of various fence types including posts and gravel boards.
•Supply and installation of various gate types including gate posts and gate locks.
•Tarmacing and resurfacing works of grounds and parking areas outside member’s properties which will typically be sheltered accommodation, blocks of flats and gardens of domestic housing stock and areas surrounding garage blocks.
•Marking out of parking areas -thermoplastic line markings
•Supply of and laying of new turf, tidying up and re-seeding of grass verges
•Excavation of existing damaged drive and pathways
•Laying of concrete drive and pathways
•Drop kerb installation
• Substructure ground works
•Supply and installation of entrance Canopy/Shelters
•Supply and installation of hand railings
•Making good to any disturbed landscaping
•Surveys
•Any additional elements associated with the works listed above
The Framework also includes for the following bespoke/specialist works to be undertaken, however these will be awarded via a mini competition only and priced accordingly:
•Supply and Installation or upgrade of outdoor play equipment and parks
•Supply and Installation or upgrade of outdoor gym equipment
•Supply and Installation or upgrade of outdoor multi gaming area
•Supply and Installation of outdoor smoking area facilities
•Supply and Installation of outdoor bike shelters, stands or racks
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 2 years beyond expiry of the 4 year term. 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.2.5) 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: 75,000,000
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: 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.2.2) Contract performance conditions
Contractors must be able to meet the mandatory minimum requirements set out within the Part B specification document.
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: 22
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 181 - 324368
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/03/2017 Time: 12:30
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: 02/03/2017
Time: 13:30
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 a company limited by guarantee. The Framework Agreement being procured by the procurement exercise begun by publication of this Contract Notice will be entered into by EEM as the Contracting Authority. Any reference in this Contract Notice to Contracting Authority is deemed to be and include a reference to EEM. The current members of EEM are available at: www.efficiency-em.co.uk All of the current members are to be regarded as Contracting Authorities under the Public Contracts Regulations 2015 for the purpose of the procurement exercise begun by publication of this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise. The Authorised Users of the Framework Agreements and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise are: 1. Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being 1 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 and in respect of which such organization notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise that such organization is an Authorised User;
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 but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in 1 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 organization 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Environmental-improvement-works./VKA4QFQ6BW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VKA4QFQ6BW
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 10 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 30 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
Correspondence Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 23/01/2017
Annex A