Nottingham City Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Damp Proofing Works |
Notice type: | Contract Notice |
Authority: | Nottingham City Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | EEM has a requirement for the provision of labour and materials to carry out damp proofing works and is looking to appoint up to nine Contractors onto the Framework. We have arranged our members into geographical zones and tenderers are requested to select the zones for which their company is bidding (multiple zone bids are allowed). It is envisaged that a maximum of 3 Contractors per zone will be appointed. The main types of properties where damp proof works will be required are domestic. There will be a requirement for Successful Contractors to provide a survey prior to work being undertaken, where no work is undertaken after a survey has been carried out, Contractors can invoice the clients. Where work is undertaken after a survey has been carried out the cost of the survey shall be included within the cost of the works. The cost of the survey is to be included within Part B2 – Pricing Schedule of Part B - Form of Tender and Quality Assessment. The Successful Contractors may be put forward as nominated Contractors for damp proofing works within other larger projects being completed by members and as such the rates quoted within this tender may be used by those Contractors. During the course of the Framework we will be looking for Contractors to carry out the following works: • Destructive tests to ascertain actual damp levels in the fabric of the walls where doubts are raised • Injection of liquid DPC’s • Repair works to damp damaged finishes and fittings • Repair and remediation works to joists and other timbers • Treatment works • Tanking works • Possible removal and refixing of kitchen units and other fittings and fixtures including plumbing and electrical elements Area of Work We have arranged our members into geographical zones and you are requested to select the zones for which your company is bidding (multiple zone bids are allowed) and can prove capability to provide and manage the service required. During the price evaluation any tender where the submitted price is exceptionally low, i.e. 20 % (or more) lower than the next lowest price, the relevent tenderer shall be requested to explain the basis of its tender price. If the explanation is not considered adequate the tender may be rejected. |
Published: | 11/12/2013 14:06 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Efficiency East Midlands Ltd (Company Registration Number 7762614)
Pure Offices, Icon Business Centre, Lake View Drive, Sherwood Park, Nottingham, NG8 3LH, United Kingdom
Tel. +44 1158762090, Fax. +44 1158762092, Email: procurement.team@nottinghamcityhomes.org.uk
Contact: Eunice Walker
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Damp Proofing Works
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 66,000 and 25,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Repair and maintenance services. EEM has a requirement for the provision of labour and materials to carry out damp proofing works and is looking to appoint up to nine Contractors onto the Framework. We have arranged our members into geographical zones and tenderers are requested to select the zones for which their company is bidding (multiple zone bids are allowed). It is envisaged that a maximum of 3 Contractors per zone will be appointed. The main types of properties where damp proof works will be required are domestic.
There will be a requirement for Successful Contractors to provide a survey prior to work being undertaken, where no work is undertaken after a survey has been carried out, Contractors can invoice the clients. Where work is undertaken after a survey has been carried out the cost of the survey shall be included within the cost of the works. The cost of the survey is to be included within Part B2 – Pricing Schedule of Part B - Form of Tender and Quality Assessment.
The Successful Contractors may be put forward as nominated Contractors for damp proofing works within other larger projects being completed by members and as such the rates quoted within this tender may be used by those Contractors.
During the course of the Framework we will be looking for Contractors to carry out the following works:
• Destructive tests to ascertain actual damp levels in the fabric of the walls where doubts are raised
• Injection of liquid DPC’s
• Repair works to damp damaged finishes and fittings
• Repair and remediation works to joists and other timbers
• Treatment works
• Tanking works
• Possible removal and refixing of kitchen units and other fittings and fixtures including plumbing and electrical elements
Area of Work
We have arranged our members into geographical zones and you are requested to select the zones for which your company is bidding (multiple zone bids are allowed) and can prove capability to provide and manage the service required.
During the price evaluation any tender where the submitted price is exceptionally low, i.e. 20 % (or more) lower than the next lowest price, the relevent tenderer shall be requested to explain the basis of its tender price. If the explanation is not considered adequate the tender may be rejected.
II.1.6)Common Procurement Vocabulary:
50000000 - Repair and maintenance services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Efficiency East Midlands Limited ("EEM") is a consortia of affordable housing landlords operating predominantly in the East Midlands area. Details of its current members are set out at section VI.3i of this Contract Notice. The current members of EEM are responsible for the upkeep of approximately 152,184 properties [and other stock for specialist housing groups (e.g. care homes, student housing, supported housing, hostels) and other stock (e.g. offices, leisure facilities, day centres, and other public non-housing buildings owned , managed or maintained by the authorised user). The total quantity or scope of the value of services to be purchased through the Framework Agreement to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is in the range of GBP 66,000 to GBP 25,000,000.
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds required by the Contracting Authority will be set out in the Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financial conditions and payment arrangements will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortium bids must state in their documents that the bidding members are a consortium. Efficiency East Midlands reserves the right to require a lead consultant to undertake primary contarcting liability or to require that one or more parties are jointly and severally liable.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Applicants who satisfy any of the criteria for rejection as set out in Regulation 23(1), Public Contracts regulations 2006 shall be treated as ineligable. Applicants may be requested to provide such evidence as is resonably necessary to allow Efficiency East Midlnads members to establish that the afore mentioned criteria do not apply to them. Contract performance conditions may relate in particular to secondary considerations in accordance with Regulation 39 of the Public Contracts Regulations 2006.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Applicants will be required to complete the tender documentation consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applicants from which the successful Supplier or Suppliers will be selected. Any potential service provider should note that no cost reimbursement will be considered for work carried out prior to appointment. The tender documents are available at I.1 and must be uploaded to the portal stipulated in the tender documents.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete the tender documentation consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applicants from which the successful Supplier or Suppliers will be selected. Any potential service provider should note that no cost reimbursement will be considered for work carried out prior to appointment. The tender documents are available at I.1 and must be uploaded to the portal stipulated in the tender documents.
Minimum Level(s) of standards possibly required:
Applicants will be required to complete the tender documentation consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applications from which the successful Contractor or Contractors will be selected. Any potential Contractor should note that no cost reimbursement will be considered for work carried out prior to appointment. The tender documents are available at I.1 and must be uploaded to the portal stipulated in the tender documents. Minimum level(s) of standards possibly required where Contractors will be expected to meet Efficiency East Midlands criteria for existing turnover in relation to their major customer and legal compliance with damp proofing works.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete tender documents consistent with Directive 2004/18/EC. A short list will be drawn from the suitable applications and asked to provide a price based tender from which the successful Contractor or Contractors will be selected. Any potential Contractor or Contractors should note that no cost reimbursement will be considered for work carried out prior to appointment. The documents are available at I.1 and must be returned as stipulated in the tender documents.
Minimum Level(s) of standards possibly required:
Contractors will be expected to have sufficient staffing levels to provide the service and satisfy the performance targets specified by Efficiency East Midlands and detailed within the tender documentation. Suppliers will also be required to comply with any statutory registration and reporting requirements.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Price - 60
Quality Assessment - 30
Health and Safety - 10
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: EEM0052
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 04/02/2014
Time-limit for receipt of requests for documents or for accessing documents: 13:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/02/2014
Time: 13:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 05/02/2014
Time: 13:00
Place:
Icon Business Centre, Lake View Drive, Sherwood Park, Nottingham, NG15 0DT
Persons authorised to be present at the opening of tenders: Yes
Authorised Personnel
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
The Framework is being procured by EEM, on behalf of its members and the other organisations described below as Authorised Users. EEM is incorporated as a company Ltd by guarantee. The Framework Agreement being procured by this procurement process will be entered by EEM as the Contracting Authority which will have undertaken and completed the procurement exercise begun by publication of this Contract Notice.
Any reference in to Contracting Authority is deemed to be and include a reference to EEM and its current members. The twenty one current members of EEM are Nottingham City Homes Ltd, A1 Housing Bassetlaw Ltd, Bolsover District Council, Derby Homes Ltd, Newark and Sherwood Homes Ltd, Ashfield Homes Ltd, Charnwood Borough Council, Tuntum Housing Association Ltd, Nottingham Community Housing Association Ltd, Mansfield District Council, Gedling Homes, Rykneld Homes Ltd, Chesterfield Borough Council, South Derbyshire District Council, Derwent Living Housing Association Ltd, Hinckley & Bosworth Borough Council, Acis Group Ltd comprising of: Acis Properties Ltd, Acis Development Services Ltd, Acis Management Ltd, Arsa Housing Group, Lincoln City Council, Leicester City Council and Rockingham Forest Housing Association.
All of the current members are, therefore, to be regarded as Contracting Authorities under the Public Contracts Regulations 2006 for the purpose of this procurement exercise and entitled as Authorised Users to access and use the Framework Agreement to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice.
The Authorised Users of the Framework Agreement being advertised by this Contract Notice (in addition to EEM) and entitled to access and use the Framework Agreement to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice are. 1. any current EEM Member – an organisation which is a member of EEM at thedate of this Contract Notice and being one of the organisations listed above in this section VI.3. 2. any future EEM member – a Local Authority i.e. a County Metropolitan (City) Districtand Borough Council or a Unitary Wales, ALMO or Registered Provider housing landlord organisation entitled to join and which has applied to and has joined EEM as a member in accordance with the constitutional documents of EEM. 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 consortiamembers of the special purpose vehicle that owns and controls it. 3. an EEM Participant - an organisation which is neither a Current EEM Member (as defined at 1 above) nor a Future Member of EEM(as defined at 2 above) will be entitled to use the Framework Agreement advertised by this Contract Notice if it is based within the East Midlands, owns and/or maintains/manages housing stock or other property of the typedescribed in the third paragraph of this section VI.3 in one or more geographical area in which it operates and is a Local Authority i.e. a County, and Borough Council or aUnitary Authority in England or Wales or is an Arms Length Management Organisation (or any statutory replacement or successor organisation) managed by such local authority under amanagement agreement under section 27 of the Housing Act 1985 (or subsequent legislation) or is a Registered Provider under the Housing and Regeneration Act 2008 (or subsequent legislation) and is itself a Contracting Authority for the purpose of the Public Contract Regulations 2006 and in respect of which organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreement being advertised by this Contract Notice that such organisation is an Authorised User of this Framework Agreement. 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 theconsortia members and would include in those circumstances members of the special purpose vehicle that own and control it. The members of EEM (and the current authorised users) website address www.efficency-em.co.uk
For the purpose of this Notice, the geographical area local authorities are identifiable by reference to the Direct Gov website www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm and a full list of all current Registered Providers can be www.tenantservicesauthority.org/server/show/nav.490.
Reference to legislation in this Contract Notice includes successor and/or replacement legislation. EEM reserves the right agreement at the end of the procurement exercise begun by publication of this Contract Notice or to award any part or parts.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Repair-and-maintenance-services./9S9ZJC37JJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9S9ZJC37JJ
GO-20131211-PRO-5326133 TKR-20131211-PRO-5326132
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2)Lodging of appeals: EEM will incorporate a minimum 10 calendar day standstill period at the point information communicated to tenderers. The Public Contracts Regulations 2006 (SI2006 No 5) (as amended) provide for aggrieved parties risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Generally, any within 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the framework Court may order the setting aside of the award decision or order EEM to amend any document and may award damages. If into the Court may only award damages or where the contract award procedures have not been followed correctly framework award to be "ineffective".
VI.4.3)Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
Correspondance Team 70 Whitehall, Cabinet Office, 70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072760514
VI.5) Date Of Dispatch Of This Notice: 11/12/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Contracting Authority
Cotracting Authority, See VI.3, East Midlands,, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Nottingham: Repair and maintenance services.
I.1)Name, Addresses and Contact Point(s):
Efficiency East Midlands Ltd (Company Registration Number 7762614)
Pure Offices, Icon Business Centre, Lake View Drive, Sherwood Park, Nottingham, NG8 3LH, United Kingdom
Tel. +44 1158762090, Fax. +44 1158762092, Email: procurement.team@nottinghamcityhomes.org.uk
Contact: Eunice Walker
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Damp Proofing Works
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Repair and maintenance services. EEM has a requirement for the provision of labour and materials to carry out damp proofing works and is looking to appoint up to nine Contractors onto the Framework. We have arranged our members into geographical zones and tenderers are requested to select the zones for which their company is bidding (multiple zone bids are allowed). It is envisaged that a maximum of 3 Contractors per zone will be appointed. The main types of properties where damp proof works will be required are domestic.
There will be a requirement for Successful Contractors to provide a survey prior to work being undertaken, where no work is undertaken after a survey has been carried out, Contractors can invoice the clients. Where work is undertaken after a survey has been carried out the cost of the survey shall be included within the cost of the works. The cost of the survey is to be included within Part B2 – Pricing Schedule of Part B - Form of Tender and Quality Assessment.
The Successful Contractors may be put forward as nominated Contractors for damp proofing works within other larger projects being completed by members and as such the rates quoted within this tender may be used by those Contractors.
During the course of the Framework we will be looking for Contractors to carry out the following works:
• Destructive tests to ascertain actual damp levels in the fabric of the walls where doubts are raised
• Injection of liquid DPC’s
• Repair works to damp damaged finishes and fittings
• Repair and remediation works to joists and other timbers
• Treatment works
• Tanking works
• Possible removal and refixing of kitchen units and other fittings and fixtures including plumbing and electrical elements
Area of Work
We have arranged our members into geographical zones and you are requested to select the zones for which your company is bidding (multiple zone bids are allowed) and can prove capability to provide and manage the service required.
During the price evaluation any tender where the submitted price is exceptionally low, i.e. 20 % (or more) lower than the next lowest price, the relevent tenderer shall be requested to explain the basis of its tender price. If the explanation is not considered adequate the tender may be rejected.
II.1.5)Common procurement vocabulary:
50000000 - Repair and maintenance services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Quality Assessment - 30
Health and Safety - 10
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: EEM0052
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: EEM0052
V.1)Date Of Contract Award: 17/03/2014
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Baggaley & Jenkins (Remedials) Limited
Postal address: Rees House, 26 Nursery Street, Mansfield
Town: Nottingham
Postal code: NG18 2GA
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 17/03/2014
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: V&T (Plumbing, Central Heating & Bathrooms) Limited t/a Aqua Interiors
Postal address: Green Park House, 2a Colliers Way, Clayton West
Town: Huddersfield
Postal code: HD8 9TR
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 17/03/2014
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Damptec Systems Limited
Postal address: Unit 43, The Clocktower Business Centre, Works Road, Hollingwood
Town: Chesterfield
Postal code: S43 2PE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 17/03/2014
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: VolkerLaser Limited
Postal address: 223 London Road
Town: Worcester
Postal code: WR5 2JG
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
The Framework is being procured by EEM, on behalf of its members and the other organisations described below as Authorised Users. EEM is incorporated as a company Ltd by guarantee. The Framework Agreement being procured by this procurement process will be entered by EEM as the Contracting Authority which will have undertaken and completed the procurement exercise begun by publication of this Contract Notice.
Any reference in to Contracting Authority is deemed to be and include a reference to EEM and its current members. The twenty one current members of EEM are Nottingham City Homes Ltd, A1 Housing Bassetlaw Ltd, Bolsover District Council, Derby Homes Ltd, Newark and Sherwood Homes Ltd, Ashfield Homes Ltd, Charnwood Borough Council, Tuntum Housing Association Ltd, Nottingham Community Housing Association Ltd, Mansfield District Council, Gedling Homes, Rykneld Homes Ltd, Chesterfield Borough Council, South Derbyshire District Council, Derwent Living Housing Association Ltd, Hinckley & Bosworth Borough Council, Acis Group Ltd comprising of: Acis Properties Ltd, Acis Development Services Ltd, Acis Management Ltd, Arsa Housing Group, Lincoln City Council, Leicester City Council and Rockingham Forest Housing Association.
All of the current members are, therefore, to be regarded as Contracting Authorities under the Public Contracts Regulations 2006 for the purpose of this procurement exercise and entitled as Authorised Users to access and use the Framework Agreement to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice.
The Authorised Users of the Framework Agreement being advertised by this Contract Notice (in addition to EEM) and entitled to access and use the Framework Agreement to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice are. 1. any current EEM Member – an organisation which is a member of EEM at thedate of this Contract Notice and being one of the organisations listed above in this section VI.3. 2. any future EEM member – a Local Authority i.e. a County Metropolitan (City) Districtand Borough Council or a Unitary Wales, ALMO or Registered Provider housing landlord organisation entitled to join and which has applied to and has joined EEM as a member in accordance with the constitutional documents of EEM. 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 consortiamembers of the special purpose vehicle that owns and controls it. 3. an EEM Participant - an organisation which is neither a Current EEM Member (as defined at 1 above) nor a Future Member of EEM(as defined at 2 above) will be entitled to use the Framework Agreement advertised by this Contract Notice if it is based within the East Midlands, owns and/or maintains/manages housing stock or other property of the typedescribed in the third paragraph of this section VI.3 in one or more geographical area in which it operates and is a Local Authority i.e. a County, and Borough Council or aUnitary Authority in England or Wales or is an Arms Length Management Organisation (or any statutory replacement or successor organisation) managed by such local authority under amanagement agreement under section 27 of the Housing Act 1985 (or subsequent legislation) or is a Registered Provider under the Housing and Regeneration Act 2008 (or subsequent legislation) and is itself a Contracting Authority for the purpose of the Public Contract Regulations 2006 and in respect of which organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreement being advertised by this Contract Notice that such organisation is an Authorised User of this Framework Agreement. 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 theconsortia members and would include in those circumstances members of the special purpose vehicle that own and control it. The members of EEM (and the current authorised users) website address www.efficency-em.co.uk
For the purpose of this Notice, the geographical area local authorities are identifiable by reference to the Direct Gov website www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm and a full list of all current Registered Providers can be www.tenantservicesauthority.org/server/show/nav.490.
Reference to legislation in this Contract Notice includes successor and/or replacement legislation. EEM reserves the right agreement at the end of the procurement exercise begun by publication of this Contract Notice or to award any part or parts.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=95140654
GO-201448-PRO-5589653 TKR-201448-PRO-5589652
VI.3.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.3.2)Lodging of appeals: EEM will incorporate a minimum 10 calendar day standstill period at the point information communicated to tenderers. The Public Contracts Regulations 2006 (SI2006 No 5) (as amended) provide for aggrieved parties risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Generally, any within 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the framework Court may order the setting aside of the award decision or order EEM to amend any document and may award damages. If into the Court may only award damages or where the contract award procedures have not been followed correctly framework award to be "ineffective".
VI.3.3)Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
Correspondance Team 70 Whitehall, Cabinet Office, 70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072760514
VI.4)Date Of Dispatch Of This Notice: 08/04/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Contracting Authority
See VI.3, East Midlands, United Kingdom