Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way
Alfreton
DE55 2DS
Contact
Jonathan
Telephone
+44 1246395610
Country
United Kingdom
Region code
UKF - East Midlands (England)
Companies House
07762614
Internet address(es)
Main address
Buyer's 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://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.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
EEM0011-23 Drainage Services & CCTV Inspections Framework (Domestic & Commercial)
Reference number
EEM0011-23
two.1.2) Main CPV code
- 90733800 - Groundwater pollution drainage 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 320 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:(https://www.westworks.org.uk)
(https://www.southeastconsortium.org.uk)
(https://www.advantagesouthwest.co.uk)
EEM are conducting this tender exercise to procure a Drainage Services (Domestic & Commercial) Framework to replace our existing Framework which will expires in December 2023. The Framework will provide EEM Members with a provision for their Drainage Services covering both Domestic & Commercial but not limited to, carrying out all types of jetting services and surveys, carrying our all types of repairs. Holding tank emptying and inspections. The Framework agreement will be for a period of 48 months, running from Monday 12th February 2024 to 11th February 2028. It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical lots (Midlands & National) of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. The Framework requires EEM to cover the UK under the following sub lots: Sub Lot 1 is being created to support Members with the geographical area Midlands. Sub Lot 2 is being created to support Members with the geographical area National. For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire via access code T839284Z57 and to view the tender documents via Tenderbox access code 9424K37P72,
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44163110 - Drainage pipes
- 44163111 - Drain pipes
- 44163112 - Drainage system
- 44163130 - Sewer pipes
- 45232452 - Drainage works
- 90450000 - Treatment services of septic tanks
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
This Framework will provide EEM Members with a compliant route to procure domestic and commercial drainage. The Framework will include but not be limited to the following drainage services:
• Drain Unblocking and Jetting
• Drain Unblocking Emergency
• Planned Drain Maintenance Services
• CCTV Drain Surveys and Reports
• Improving and upgrading Drainage Systems
• Drain Repairs including Patch Repairs, Gully Replacement and Repairs.
• Pipe re-rounding
• Root Cutting
• Drain Re-lining
• Soil Stack and Waste Pipe Unblocking, Cleaning, and Maintenance
• Drain and Manhole Inspection Chambers and Testing.
• Renew and Rebed Manhole Covers and Slabs
• Tanker Services
• Cesspit and Septic Tank Emptying, Cleaning, Unblocking and Repairing
• Interceptor Inspections and Waste Removal
• Land Drainage & Soakaways Small Scale
• Pump Services
• Grease Trap Management Including Emptying and Cleaning
• Drain Mapping Service
• Gutter cleaning and clearance
• Any other works associated with Domestic and Commercial Drainage services.
Bidders are to ensure that they can provide all services covered by the framework as we will not be dividing this tender into workstream specific lots. Contractors appointed to the framework must offer a provision for 24 hours a day 365 days a year service for clearing and unblocking of drains, along with remedial repairs, inspections, and cyclical maintenance as required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Schedule of Rates / Weighting: 30
Cost criterion - Name: Scenarios Tab / Weighting: 20
Cost criterion - Name: Labour & Call Out Rates / Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) 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 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
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
as described within the tender documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
as described within 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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-013870
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
24 November 2023
Local time
12:00pm
Changed to:
Date
8 December 2023
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) 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
24 November 2023
Local time
1:00pm
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.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