Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way
Alfreton
DE55 2DS
Contact
Jonathan
Telephone
+44 1246395610
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
07762614
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EEM0024-23 Asbestos Surveys and Removal Services
Reference number
EEM0024-23
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.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 337 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 websites addresses:
(https://www.westworks.org.uk)
(https://www.southeastconsortium.org.uk)
(https://www.advantagesouthwest.co.uk)
EEM are conducting this tender exercise to procure an Asbestos Survey and Removal Services Framework to replace our existing Framework which will expires in May 2024. The Framework will provide EEM Members with a provision for their Asbestos Survey, Removal and Disposal Services covering both Domestic & Commercial properties to help members deliver safe Asbestos working solution. The Framework agreement will be for a period of 48 months, running from Monday 20th May 2024 to 19th May 2028. It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical sublots, (Midlands & National) of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. The Framework requires EEM to cover the UK under the following sublots:
Sublot 1 Midlands
Sublot 2 National Coverage
Ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. For further in further information please visit https://www.delta-esourcing.com/ to view the tender documents via Tenderbox access code EZ4QG22939. Contracting Authorities can use a Direct Selection or Mini Competition to appoint a Contractor and only the Contractor who sit on the relevant geographical sublots, the Contracting Authority is looking to use can participate in the selection process. further details and guidance on the lot Structure for this Framework can be located within Part A of the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1 Asbestos Surveys and Analytical Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
Contractors appointed to the framework for Lot 1 are required to demonstrate technical competence to undertake surveys for asbestos containing materials (ACMs) through accreditation to ISO/IEC 17020. Analysis of samples must be carried out in accordance with HSG248 - The analysts' guide for sampling, analysis, and clearance procedures. Samples must be assessed at a UKAS accredited laboratory with testing and analysis services undertaken in accordance with ISO/IEC 17025. In addition to the above mentioned, all surveyors and analysts completing works through this framework will need to hold the relevant CSCS skill card and all surveying organisations should have a quality management system to ensure the highest standards of surveying.
All asbestos surveys and associated works are to be undertaken in compliance with:
• HSG264 - Asbestos The Survey Guide
• HSG248 - Asbestos: The analysts guide for sampling, analysis, and clearance procedures.
• Approved Code Of Practice L143 - Managing and Working With Asbestos
• Control of Asbestos Regulations (CAR 2012)
Contractors must note surveys and re-inspections will cover domestic properties, communal areas to domestic properties, corporate and commercial buildings, garages, and any other buildings within our members property stock.
two.2.5) Award criteria
Quality criterion - Name: Quality Assessment / Weighting: 50
Cost criterion - Name: Schedule of Rates / Weighting: 25
Cost criterion - Name: Scenario Rates / Weighting: 15
Cost criterion - Name: Labour and Call Out Rates / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the framework. EEM reserves the right to appoint less than the number stated. This framework is being procured by Efficiency East Midlands (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this Framework Agreement as authorised users:
1) any member of EEM which for the avoidance of doubt currently includes 3 partner consortia -
West Works (https://www.westworks.org.uk)
Advantage South West (https://www.advantagesouthwest.co.uk) and South East Consortium (https://www.southeastconsortium.org.uk)
All full list of current members is available at
www.eem.org.uk (https://eem.org.uk)
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;
3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.
two.2) Description
two.2.1) Title
Lot 2 Asbestos Removal, Remediation and Disposal
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 71315300 - Building surveying services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
Contractors appointed to the framework for asbestos removal services will be responsible for ensuring the safe storage, transportation and disposal of Asbestos waste and will hold a waste carriers license if they are to dispose of the waste or utilise an organisation who hold a waste carriers license. For both licensable and non-licensable work Contractors will still need to make sure that they comply with the general requirements in the Control of Asbestos Regulations 2012 to prevent exposure to asbestos. Contractors must hold a full HSE licence for asbestos removal work during the framework term, in accordance with the Control of Asbestos Regulations 2012. This work includes most asbestos removal, all work with sprayed asbestos coatings and asbestos lagging and most work with asbestos insulation and asbestos insulating board (AIB). All licensable work must be notified to the appropriate enforcing authority using the ASB5 form at least 14 days before the work starts. The Licensed Contractor will be responsible for submitting the ASB5 notification on behalf of the Contracting Authority.
two.2.5) Award criteria
Quality criterion - Name: Quality Assessment / Weighting: 50
Cost criterion - Name: Schedule of Rates / Weighting: 25
Cost criterion - Name: Scenario Rates / Weighting: 15
Cost criterion - Name: Labour and Call Out Rates / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the framework. EEM reserves the right to appoint less than the number stated. This framework is being procured by Efficiency East Midlands (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this Framework Agreement as authorised users:
1) any member of EEM which for the avoidance of doubt currently includes 3 partner consortia -
West Works (https://www.westworks.org.uk)
Advantage South West (https://www.advantagesouthwest.co.uk) and South East Consortium (https://www.southeastconsortium.org.uk)
All full list of current members is available at
www.eem.org.uk (https://eem.org.uk)
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;
3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
as described within the tender documents.
Minimum level(s) of standards possibly required
as described within the tender documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
as described within the tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 March 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Country
United Kingdom