Efficiency East Midlands Ltd: EEM0069-23 Facilities Services Framework

  Efficiency East Midlands Ltd has published this notice through Delta eSourcing

Notice Summary
Title: EEM0069-23 Facilities Services Framework
Notice type: Contract Award Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Services
Procedure: Open
Short Description: Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 300 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses: www.westworks.org.uk, www.southeastconsortium.org.uk & www.advantagesouthwest.co.uk. Contracting Authorities looking to let from this Facilities Services Framework will support Members own residential and commercial properties or for a specific element of work covered by this framework. The Framework will be split into the five Lots and will also be covering two geographical locations.
Published: 15/02/2024 09:57

View Full Notice

UK-Alfreton: Facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       E E M Ltd, 07762614
       3 Maisies Way, South Normanton, Alfreton, DE55 2DS, United Kingdom
       Tel. +44 1246395603, Email: tenders@eem.org.uk
       Contact: Jonathan Tomalin
       Main Address: https://eem.org.uk/, Address of the buyer profile: http://www.eem.org.uk/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: EEM0069-23 Facilities Services Framework            
      Reference number: EEM0069-23

      II.1.2) Main CPV code:
         79993100 - Facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 300 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses: www.westworks.org.uk, www.southeastconsortium.org.uk & www.advantagesouthwest.co.uk. Contracting Authorities looking to let from this Facilities Services Framework will support Members own residential and commercial properties or for a specific element of work covered by this framework. The Framework will be split into the five Lots and will also be covering two geographical locations.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                 
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 250,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Grounds Maintenance & Tree Surgery Works   
      Lot No:1

      II.2.2) Additional CPV code(s):
            77314000 - Grounds maintenance services.
            77211500 - Tree-maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
      UKI - LONDON
      UKH - EAST OF ENGLAND
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKL - WALES
      UKC - NORTH EAST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
      LONDON
      EAST OF ENGLAND
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
      WALES
      NORTH EAST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in. Lot 1 is being created to support Members with the following: •All types of Grounds Maintenance works •All types of Tree Surgery work. •Any other associated Grounds Maintenance Facilities services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Schedule of Rates / Weighting: 25
      Cost criterion - Name: Scenario 1 / Weighting: 15
      Cost criterion - Name: Labour and callout rates / Weighting: 10
            

      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:Winter Grounds Maintenance   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90620000 - Snow-clearing services.
            34144420 - Salt spreaders.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
      UKI - LONDON
      UKH - EAST OF ENGLAND
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKL - WALES
      UKC - NORTH EAST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
      LONDON
      EAST OF ENGLAND
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
      WALES
      NORTH EAST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: it is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in. Lot 2 is being created to support Members with the following: •Gritting / Snow Clearance •All types of Winter Grounds Maintenance works •Any other associated Grounds Maintenance Facilities services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Schedule of Raites / Weighting: 25
      Cost criterion - Name: Scenario 1 / Weighting: 15
      Cost criterion - Name: Labour and call out Rates / Weighting: 10
            

      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. 3)
   

      II.2.1) Title:Waste Management   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90500000 - Refuse and waste related services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
      UKI - LONDON
      UKH - EAST OF ENGLAND
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKL - WALES
      UKC - NORTH EAST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
      LONDON
      EAST OF ENGLAND
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
      WALES
      NORTH EAST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in. Lot 3 is being created to support Members with the following: •Waste management, •Any other associated Waste Management Facilities services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Schedule of Rates / Weighting: 30
      Cost criterion - Name: Scenario 1 / Weighting: 20
            

      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. 4)
   

      II.2.1) Title:Cleaning Services   
      Lot No:4

      II.2.2) Additional CPV code(s):
            90910000 - Cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
      UKI - LONDON
      UKH - EAST OF ENGLAND
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKL - WALES
      UKC - NORTH EAST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
      LONDON
      EAST OF ENGLAND
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
      WALES
      NORTH EAST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in. Lot 4 is being created to support Members with the following: •Cleaning Services including carpets. •Cleaning of windows all sizes and conservatories. •Any other associated Cleaning Facilities services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Schedule of Rates / Weighting: 30
      Cost criterion - Name: Scenario 1 / Weighting: 20
            

      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. 5)
   

      II.2.1) Title:Lightning Protection, Maintenance, Testing and Repairs   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45312310 - Lightning-protection works.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
      UKF - EAST MIDLANDS (ENGLAND)
      UKI - LONDON
      UKH - EAST OF ENGLAND
      UKK - SOUTH WEST (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKL - WALES
      UKC - NORTH EAST (ENGLAND)
      UKE - YORKSHIRE AND THE HUMBER
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
      EAST MIDLANDS (ENGLAND)
      LONDON
      EAST OF ENGLAND
      SOUTH WEST (ENGLAND)
      SOUTH EAST (ENGLAND)
      WALES
      NORTH EAST (ENGLAND)
      YORKSHIRE AND THE HUMBER
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: It is expected that a maximum of 8 Contractors may be appointed onto each of the workflow geographical lots of the Framework, ensuring that all our Member’s requirements are covered taking into consideration the range of locations our Members are located in. Lot 5 is being created to support Members with the following: •Lightning Protection Installs •Lightning Maintenance •Lightning Testing and Repairs •Any other associated Lightning Protection Facilities services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Schedule of Rates / Weighting: 25
      Cost criterion - Name: Scenario 1 / Weighting: 15
      Cost criterion - Name: Labour and Call Out Rates / Weighting: 10
            

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-005054
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: Grounds Maintenance & Tree Surgery Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ground Control Ltd, 01795094
             Kingfisher House, Billericay, CM12 0EQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Hi Spec Facilities Services Ltd, 04373379
             20 Schooner Park, Schooner Court,, Dartford, DA2 6NW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Alben Landscapes Ltd, 06843609
             Ferry Road Office Park, Preston, PR2 2YH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Mitie Landscapes Ltd, 01383623
             32 London Bridge St, London, SE1 9SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Tivoli Group Ltd, 11120774
             Innovation Way, Stoke-On-Trent, ST6 4BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 50,000,000          
         Lowest offer: 198,000 / Highest offer: 361,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Winter Grounds Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Accugrit Limited, 12127671
             Office 1 & 2 Rickinghall Business Centre, Rickinghall, IP22 1LQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Alben Landscapes Ltd, 06843609
             Ferry Road Office Park, Preston, PR2 2YH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Hi-spec Facilities Services Ltd, 04373379
             20 Schooner Park, Schooner Court,, Dartford, DA2 6NW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Mitie Landscapes Ltd, 01383623
             32 London Bridge St, London, SE1 9SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 50,000,000          
         Lowest offer: 146,000 / Highest offer: 283,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Waste Management Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Biffa Waste Services Ltd, 00946107
             Coronation Road, High Wycombe, HP12 3TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Enva England Ltd, 03450311
             Colwick Industrial Estate, NOTTINGHAM, NG4 2JT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Bagnall & Morris (Waste Services) Ltd, 03473370
             Iris House Dock Road South, Wirral, CH62 4SQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 50,000,000          
         Lowest offer: 194,000 / Highest offer: 513,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Cleaning Services

   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      


Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Lightning Protection Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Horizon Specialist Contracting Ltd, 02827337
             Unit 7 Burma Road, Nottinghamshire, NG21 0RT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 50,000          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

   VI.3) Additional information: The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=842664496

   VI.4) Procedures for review

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

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

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

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/02/2024




View any Notice Addenda

View Award Notice