Contract

EEM0069-23 Facilities Services Framework

  • E E M Ltd

F03: Contract award notice

Notice identifier: 2024/S 000-005035

Procurement identifier (OCID): ocds-h6vhtk-03a6eb

Published 15 February 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

E E M Ltd

3 Maisies Way, South Normanton

Alfreton

DE55 2DS

Contact

Jonathan Tomalin

Email

tenders@eem.org.uk

Telephone

+44 1246395603

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

07762614

Internet address(es)

Main address

https://eem.org.uk/

Buyer's address

http://www.eem.org.uk/

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

EEM0069-23 Facilities Services Framework

Reference number

EEM0069-23

two.1.2) Main CPV code

  • 79993100 - Facilities management 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 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000,000

two.2) Description

two.2.1) Title

Grounds Maintenance & Tree Surgery Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • 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)

two.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.

two.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

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Winter Grounds Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 90620000 - Snow-clearing services
  • 34144420 - Salt spreaders

two.2.3) Place of performance

NUTS codes
  • 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)

two.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.

two.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

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Waste Management

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • 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)

two.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.

two.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

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cleaning Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • 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)

two.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.

two.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

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lightning Protection, Maintenance, Testing and Repairs

Lot No

5

two.2.2) Additional CPV code(s)

  • 45312310 - Lightning-protection works

two.2.3) Place of performance

NUTS codes
  • 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)

two.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.

two.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

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-005054


Section five. Award of contract

Lot No

1

Title

Grounds Maintenance & Tree Surgery Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ground Control Ltd

Kingfisher House

Billericay

CM12 0EQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01795094

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hi Spec Facilities Services Ltd

20 Schooner Park, Schooner Court,

Dartford

DA2 6NW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04373379

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Alben Landscapes Ltd

Ferry Road Office Park

Preston

PR2 2YH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

06843609

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mitie Landscapes Ltd

32 London Bridge St

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01383623

The contractor is an SME

No

five.2.3) Name and address of the contractor

Tivoli Group Ltd

Innovation Way

Stoke-On-Trent

ST6 4BF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

11120774

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Lowest offer: £198,000 / Highest offer: £361,000 taken into consideration


Section five. Award of contract

Lot No

2

Title

Winter Grounds Maintenance

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Accugrit Limited

Office 1 & 2 Rickinghall Business Centre

Rickinghall

IP22 1LQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12127671

The contractor is an SME

No

five.2.3) Name and address of the contractor

Alben Landscapes Ltd

Ferry Road Office Park

Preston

PR2 2YH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

06843609

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hi-spec Facilities Services Ltd

20 Schooner Park, Schooner Court,

Dartford

DA2 6NW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04373379

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mitie Landscapes Ltd

32 London Bridge St

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01383623

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Lowest offer: £146,000 / Highest offer: £283,000 taken into consideration


Section five. Award of contract

Lot No

3

Title

Waste Management Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2024

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Biffa Waste Services Ltd

Coronation Road

High Wycombe

HP12 3TZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00946107

The contractor is an SME

No

five.2.3) Name and address of the contractor

Enva England Ltd

Colwick Industrial Estate

NOTTINGHAM

NG4 2JT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03450311

The contractor is an SME

No

five.2.3) Name and address of the contractor

Bagnall & Morris (Waste Services) Ltd

Iris House Dock Road South

Wirral

CH62 4SQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03473370

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Lowest offer: £194,000 / Highest offer: £513,000 taken into consideration


Section five. Award of contract

Lot No

4

Title

Cleaning Services

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

5

Title

Lightning Protection Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Horizon Specialist Contracting Ltd

Unit 7 Burma Road

Nottinghamshire

NG21 0RT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02827337

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.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" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=842664496

GO Reference: GO-2024215-PRO-25180182

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