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
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