Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way
Alfreton
DE55 2DS
Contact
Amy
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.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 Framework
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 over 360 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 consortiaWestworks, 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 have conducted a tender exercise and established a Asbestos Survey and Removal Services Framework to replace our existing Framework which expired 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 solutions. The Framework agreement will be for a period of 48 months, running from Monday 17th June 2024 to 16th June 2028. 8 Contractors have been appointed onto each of the four sublots:
Lot 1 - Asbestos Surveys and Analytical Services
Sublot 1 - Midlands
Sublot 2 - National Coverage
Lot 2 - Asbestos Removals & Disposal Services
Sublot 1 - Midlands
Sublot 2 - National Coverage
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: £300,000,000
two.2) Description
two.2.1) Title
Lot 1 Asbestos Surveys and Analytical Services Framework
Lot No
Sub Lot 1 Midlands
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 were 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 / 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.2.11) 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.
This framework has been 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 1 Asbestos Surveys and Analytical Services Framework
Lot No
Sub Lot 2 National Coverage
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 were 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.2.11) 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 Framework
Lot No
SubLot 1 Midlands
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 are 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.2.11) 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 Framework
Lot No
Sublot 2 National
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 are 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.2.11) 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 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
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: 2024/S 000-003508
Section five. Award of contract
Lot No
Lot 1 Sub Lot 1 Midlands
Title
Asbestos Surveys and Analytical Services Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 June 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Life Environmental Services Ltd
Bishop's Stortford
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03053057
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Asbestos Analysts Ltd
Fowlmere
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
10866052
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Environtec Ltd
Environtec House, The Street, Hatfield Peverel
Chelmsford
CM3 2EJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02981693
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Inspectas Compliance Ltd
Atlas House, 5 Bradford Road
Bradford
BD11 1AS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08668845
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SGS United Kingdom Limited
Inward Way, Rossmore Business Park
Ellesmere Port
CH65 3EN
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
Companies House
01193985
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Hazard Management and Environmental Services Laboratories Limited
Hollow Farm Hilton Road
Fenstanton
PE28 9LJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02647438
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
Enviro House, Spartan Road, Low Moor
Bradford
BD12 0RY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC348998
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
BDA Surveying Limited
167 London Road
Leicester
LE2 1EG
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04912280
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £400,000 / Highest offer: £925,000 taken into consideration
Section five. Award of contract
Lot No
Lot 1 Sublot 2 National Coverage
Title
Asbestos Surveys and Analytical Services Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 June 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Life Environmental Ltd
4 Ducketts Wharf, South Street,
Bishop's Stortford
CM23 3AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03053057
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Asbestos Analysts Ltd
Training Centre, Shepreth Road
Fowlmere
SG8 7TQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
10866052
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Environtec Ltd
Environtec House, The Street, Hatfield Peverel
Chelmsford
CM3 2EJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02981693
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Inspectas Compliance Ltd
Atlas House, 5 Bradford Road, Drighlington
Bradford
BD11 1AS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08668845
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SGS United Kingdom Limited
Inward Way, Rossmore Business Park
Ellesmere Port
CH65 3EN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01193985
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Hazard Management and Environmental Services Laboratories Limited
Hollow Farm, Hilton Road
Fenstanton
PE28 9LJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02647438
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
Enviro House Spartan Road Low Moor
Bradford
BD12 0RY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC348998
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Acorn Analytical Services (UK) Ltd
24 Charter Gate Quarry Park Close
Northampton
NN3 6QB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08340465
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £400,000 / Highest offer: £920,000 taken into consideration
Section five. Award of contract
Lot No
Lot 2 Sublot 1 Midlands
Title
Asbestos Removal, Remediation and Disposal Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 June 2024
five.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
European Asbestos Services (EAS) Ltd
Infinet House, 111 Windmill Road
Sunbury on Thames
TW16 7EF
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02933074
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Rilmac Insulation Limited
Unit 7 Crofton Drive Allenby Road Industrial Estate
Lincoln
LN3 4NJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01022984
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ductclean (UK) Ltd t/a DCUK FM
Compass House, Manor Royal, Crawley
West Sussex
RH10 9PY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03639301
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Asbestech Ltd
Unit 3, The I O Centre, Hearle Way
Hatfield
AL10 9EW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
3478062
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Insulation & Environmental Services Ltd
North Street
Wigston
LE18 1PS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02626843
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PA Group (UK) Ltd
Spring Lodge 172 Chester Road Helsby
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
6257126
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Axiom Building Solutions Ltd
Unit 4 Calibre Ind Park, Laches Close, Four Ashes
Wolverhampton
WV10 7DZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
07426631
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
Enviro House Spartan Road Low Moor
Bradford
BD12 0RY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC348998
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £695,000 / Highest offer: £2,870,000 taken into consideration
Section five. Award of contract
Lot No
Lot 2 Sublot 2 National Coverage
Title
Asbestos Removal, Remediation and Disposal Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 June 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
European Asbestos Services (EAS) Ltd
Sunbury on Thames
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02933074
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ductclean (UK) Limited
Compass House, Manor Royal, Crawley
West Sussex
RH10 9PY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03639301
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Asbestech Ltd
Unit 3, The I O Centre Hearle Way
Hatfield
AL10 9EW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
03478062
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PA Group (UK) Ltd
Spring Lodge 172 Chester Road, Helsby
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06257126
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Axiom Building Solutions Ltd
Unit 4 Calibre Ind Park, Laches Close, Four Ashes
Wolverhampton
WV10 7DZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
07426631
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP TA MCP Environmental
Enviro House, Spartan Road, Low Moor
Bradford
BD12 0RY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
OC348998
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Chirmarn Limited
Unit 5 Capitol Close Capitol Park
Barnsley
S75 3UB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01276545
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aspect Contracts Ltd
Aspect House, Honywood Road, Basildon
Essex
SS14 3DS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06459279
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £695,000 / Highest offer: £5,300,000 taken into consideration
Section six. Complementary information
six.3) 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
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