Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way, The Village
Derbyshire
DE55 2DS
Contact
Jonathan Tomalin
Telephone
+44 1246395610
Country
United Kingdom
NUTS code
UK - United Kingdom
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://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/
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
Lifts Install, Refurbishment and Maintenance
Reference number
EEM0075
two.1.2) Main CPV code
- 50750000 - Lift-maintenance 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 242 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 (https://www.westworks.org.uk)
www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)
www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)
EEM are conducting this tender exercise to procure a Lifts Install, Refurbishment and Maintenance Framework to replace our existing Framework in early 2022. The Framework will provide EEM Members with a provision for all types of Lifts Installs, Refurbishment and Servicing & Maintenance. This Framework will be split into the following work streams as Lots:
Lot 1 - Lifts Installs & Refurbishment
Lot2 - Lifts Maintenance and Servicing
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
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
Lift Installs & Refurbishment
Lot No
1
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 42416130 - Mechanical lifts
- 50750000 - Lift-maintenance 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
The Scope for Lot 1 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to undertake the safe and compliant installation of new bespoke through floor lifts solutions or refurbishment and modernisation works to existing lifts.
Modernisation and refurbishment works may comprise of partial or full modernisation works, lift car refurbishment or upgrading works to meet the latest DDA standards and current safety regulations standards. Refurbishment works may be solely for the purpose of enhancing lift reliability and performance whilst reducing running costs and maximising energy efficiency.
There are no guarantees with regards to values and volume of works to be let through this Framework.
The typical types of lifts covered under this Framework will be low and high rise. Please note this Framework Lot 1 is solely for Installation, Modernisation works to through floors Lifts and does not cover lift consultancy works. EEM have an alternative route for consultancy services.
two.2.5) Award criteria
Cost criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Minimum Competence / Weighting: Pass/Fail
Cost criterion - Name: Main Pricing / Weighting: 20
Cost criterion - Name: Scenario Pricing / Weighting: 30
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 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, 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 partner
consortia - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)),
Advantage South West
(www.advantagesouthwest.co.uk (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 'EEM0025 Mailing and Print Management Services 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.
two.2) Description
two.2.1) Title
Lifts Servicing & Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 42416130 - Mechanical lifts
- 50750000 - Lift-maintenance 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
The Scope for Lot 2 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to undertake the safe and compliant Maintenance & Servicing of all types of existing through floor lift solutions. The Framework servicing and maintenance programme will provide assurance to members with existing equipment life expectancy through regular preventative maintenance to enhancing lift reliability and performance whilst reducing running costs and maximising energy efficiency.
The Member will work with the Lift Contractor to agree a schedule for which lift components to be retained, modified, or replaced with new equipment from inspections.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Call Out Cost / Weighting: 5
Cost criterion - Name: Schedule of Rates / Weighting: 20
Cost criterion - Name: Servicing / Weighting: 20
Cost criterion - Name: Supplementary Test / Weighting: 5
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 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, 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 partner
consortia - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)),
Advantage South West
(www.advantagesouthwest.co.uk (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 'EEM0025 Mailing and Print Management Services 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.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
as described in the tender 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 18
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
22 December 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 December 2021
Local time
2:00pm
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 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, 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. Thefollowing 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 - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)),
Advantage South West
(www.advantagesouthwest.co.uk (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 'EEM0075 Lift Install, Refurbishment & Maintenance 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
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Country
United Kingdom