Contract

EEM0024-23 Asbestos Surveys and Removal Services Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice identifier: 2024/S 000-027529

Procurement identifier (OCID): ocds-h6vhtk-0436bc

Published 29 August 2024, 11:35am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Amy

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

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.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