Tender

EEM0069-23 Facilities Services Framework

  • EEM0069-23 Facilities Services Framework

F02: Contract notice

Notice identifier: 2023/S 000-025097

Procurement identifier (OCID): ocds-h6vhtk-03f706

Published 25 August 2023, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

EEM0069-23 Facilities Services Framework

3 Maisies Way, South Normanton

Alfreton

DE55 2DS

Contact

Jonathan Tomalin

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

07762614

Internet address(es)

Main address

https://eem.org.uk/

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/tenders/UK-UK-Alfreton:-Facilities-management-services./3E528UD29P

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

EEM0069-23 Facilities Services Framework

Reference number

EEM0069-23 Facilities Services Framework

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.1.5) Estimated total value

Value excluding VAT: £250,000,000

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

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
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 January 2024

End date

2 January 2028

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.2.13) 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
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 January 2024

End date

2 January 2028

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.2.13) 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
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 January 2024

End date

2 January 2028

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.2.13) 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
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 January 2024

End date

2 January 2028

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.2.13) 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
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 January 2024

End date

2 January 2028

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2023

Local time

2:00pm

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

20 October 2023

Local time

3:00pm

Place

EEM Head Offices,


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.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for this procurement. 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. 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 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 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 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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Alfreton:-Facilities-management-services./3E528UD29P" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Alfreton:-Facilities-management-services./3E528UD29P

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/3E528UD29P" target="_blank">https://www.delta-esourcing.com/respond/3E528UD29P

GO Reference: GO-2023825-PRO-23728906

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