Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3, Maises Way
Alfreton
DE55 2DS
Contact
Roger Martin
Telephone
+44 1246395610
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://xantive.supplierselect.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://xantive.supplierselect.com
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
Scaffolding
Reference number
EEM0051
two.1.2) Main CPV code
- 44212310 - Scaffolding
two.1.3) Type of contract
Supplies
two.1.4) Short description
EEM are conducting this tender exercise to procure a Scaffolding Framework to replace our existing Framework which will expire on Friday the 8th of July 2022.
This Framework is being set up to support EEM Members by providing a Framework of Contractors with suitable experience in undertaking the safe and compliant delivery, erection, servicing and dismantling of Scaffolding.
The types of works which Members will require over the course of this Framework are varied but would be expected to include,
Receiving scaffold orders, interpreting and advising on scaffold requirements, delivering scaffold, safely erecting scaffold on residential properties of various sizes, safely erecting scaffold on commercial property of various sizes, scaffold handover notices, removing and reinstalling TV aerials and Satellite dishes, installing pedestrian protection, installing loading bays, installing rubbish Chutes, Scaffolding inspections & Safely dismantling scaffolding.
This list is an example of typical work and is not exhaustive
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot One East Midlands: Supply of Scaffolding Services to the East Midlands
Lot No
1
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 44212315 - Equipment for scaffolding
- 44212317 - Scaffolding structures
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
Main site or place of performance
Lot One covers the specific geographical area of the Midlands
which is where the majority of our current Membership is based.
Contractors MUST be able to provide services in at least THREE of the sub regions (Counties) listed in NUTS Code
UKF
UKF : Derbyshire, Nottinghamshire,
Leicestershire, Lincolnshire, Rutland
and Northamptonshire
two.2.4) Description of the procurement
This covers the specific regions (and Counties) stated and will be used as and when Members have a requirement within a single or multiple regions. Where the requirement covers
multiple regions, it would need to be within one of the defined areas i.e. multiple regions within the East Midlands.
This Lot is set up to support EEM Members by providing a Framework of contractors with suitable experience in undertaking the safe and compliant delivery, erection inspection and dismantling of scaffolding
two.2.5) Award criteria
Quality criterion - Name: D3 Minimum Competence and Best Practice Assessment / Weighting: Pass/ Fail
Quality criterion - Name: Tender Assessment Questions / Weighting: 40%
Cost criterion - Name: Pricing Schedule / Weighting: 30
Cost criterion - Name: Extras / Weighting: 20
Cost criterion - Name: Scenario / Weighting: 10%
two.2.6) Estimated value
Value excluding VAT: £50,000,000
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) Description
two.2.1) Title
Lot 2 West Midlands: Supply of Scaffolding Services to the West Midlands
Lot No
2
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 44212315 - Equipment for scaffolding
- 44212317 - Scaffolding structures
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Lot Two covers the specific geographical area of the West Midlands where a large proportion of our current Members are based.
Contractors MUST be able to provide services in at least THREE of the sub regions (Counties) listed in NUTS code UKG.
UKG: Herefordshire, Worcestershire, Warwickshire, Shropshire, Staffordshire and West Midlands.
two.2.4) Description of the procurement
This covers the specific regions (and Counties) stated and will be used as and when Members have a requirement within a single or multiple regions. Where the requirement covers multiple regions, it would need to be within one of the defined areas i.e. multiple regions within the Midlands. This Lot is set up to support EEM
Members by providing a Framework of contractors with suitable experience in undertaking the safe and compliant delivery, erection, inspection and dismantling of Scaffolding
two.2.5) Award criteria
Quality criterion - Name: D3 Minimum Competence and Best Practice Assessment / Weighting: Pass/Fail
Quality criterion - Name: Tender Assessment Questions / Weighting: 40%
Cost criterion - Name: Pricing Schedule / Weighting: 30%
Cost criterion - Name: Extras / Weighting: 20
Cost criterion - Name: Scenario / Weighting: 10%
two.2.6) Estimated value
Value excluding VAT: £50,000,000
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) Description
two.2.1) Title
Lot Three National: Supply of Scaffolding services National Coverage
Lot No
3
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 44212315 - Equipment for scaffolding
- 44212317 - Scaffolding structures
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
We have included a national coverage Lot and are inviting contractors who can provide the required services on a wider, national level. Contractors wishing to bid for this Lot MUST be able to provide services in a minimum of SIX sub regions taken from the List above.
two.2.4) Description of the procurement
This Framework is being set up to support EEM Members by providing a Framework of contractors with suitable
experience in undertaking the safe and compliant delivery, erection, inspection and dismantling of Scaffolding on a National Basis.
two.2.5) Award criteria
Quality criterion - Name: D3 Minimum Competence and Best Practice Assessment / Weighting: Pass/ Fail
Quality criterion - Name: Tender Assessment Questions / Weighting: 40% Weighting
Cost criterion - Name: Pricing Schedule / Weighting: 30%
Cost criterion - Name: Extras / Weighting: 20%
Cost criterion - Name: Scenario / Weighting: 10%
two.2.6) Estimated value
Value excluding VAT: £50,000,000
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-008505
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 July 2022
Local time
2:00pm
Changed to:
Date
27 June 2022
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 July 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 2 years beyond expiry
of the 4-year framework term. 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, this means within each lot. EEM reserves the right to appoint less than the numbers stated.
This framework is being procured by Efficiency East Midlands
Ltd (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 partners
consortia -
Westworks(www.westworks.org.uk
(https://www.westworks.org.uk)
(https://www.westworks.org.uk))
Advantage South West
(https://www.advantagesouthwest.co.uk)
and South East Consortium
(www.southeastconsortium.org.uk
(https://www.southeastconsortium.org.uk)
A full list of current members is available at
www.eem.org.uk (https://www.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. To respond to this tender or review the documentation, please:
1) Go to the portal
https://xantive.supplierselect.com
(https://xantive.supplierselect.com)
2) If you need to register a new account
follow the prompts to set up your
organisation;
3) When you sign in select 'Public
Projects' from the menu (top right). A
list of all open tenders will be displayed;
4) Select 'EEM0051 Scaffolding from the list
of projects and then 'Create
Opportunity'. That will give you access
to the basic information;
5) Click 'Accept Opportunity' to get
more detail including all clarification
logs. There is no obligation to submit a
response;
6) If you do wish to submit a response,
do so before the deadline by changing
the status to submitted. You will only be
allowed to submit if every mandatory question is answered.
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
Whitehall
London
SW1A 2AS
Country
United Kingdom