Tender

EEM0011-23 Drainage Services & CCTV Inspections Framework (Domestic & Commercial)

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-029989

Procurement identifier (OCID): ocds-h6vhtk-03c8ff

Published 11 October 2023, 2:29pm



The closing date and time has been changed to:

8 December 2023, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Jonathan

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UKF - East Midlands (England)

Companies House

07762614

Internet address(es)

Main address

https://eem.org.uk/

Buyer's 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/

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