United Kingdom-Derbyshire: Cleaning and sanitation services
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | United Kingdom-Derbyshire: Cleaning and sanitation services |
OJEU (High Value) | 325157-2020 |
Type | Invitation to tender |
Date Published | 2020-07-10 |
Deadline | 2020-09-01 14:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: UK I.2.3) The contract is awarded by a central purchasing body Communication I.3) Procurement documents (URL):https://xantive.supplierselect.com/ Additional Information I.3.4) Additional information can be obtained from: I.3.8) to the above mentioned address I.4) Type of the contracting authority: BODY PUBLIC I.5.1) Main Activity: GENERAL PUBLIC SERVICES Void Property Services Framework II.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 198 public sector organisations including housing associations and ALMO’s, local authorities, NHS trusts, education providers, emergency 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. EEM are conducting this tender exercise to procure a void property services framework. The framework will be tendered and awarded based on the following core service lots: Lot 1: Void Property Cleaning and Clearing, Lot 2: Void Property Security Services, Lot 3: Total Void Property Management Services. Each lot described above has 6 geographical sub-lots as described within this notice. II.01) Estimated value excluding VAT: GBP 150000000.00 II.1.6) This contract is divided into lots: yes Void Property Cleaning and Clearing II.2.1) Lot No: Lot 1 NUTS code: UK II.1.4) Short description Efficiency East Midlands (EEM) are conducting this tender exercise on behalf of our membership to establish a void property services framework. Contractors appointed to lot 1 will support members by offering a responsive property cleaning and clearance solution to help contracting authorities manage and bring void properties back to acceptable conditions in accordance with their internal re-let standards and policies. Lot 1: void property cleaning and clearing covers but is not limited to the following services: • builders clean; • light/sparkle property cleaning; • deep/heavy property cleaning; • environmental and specialist cleaning; • priority property cleaning; • additional cleaning services; and • internal property clearances; • property garden clearances to include front, side and back garden including bin store areas and sheds; • loft, cellar and garage clearances; • clearing and disposal of general waste; • clearing and disposal of hazardous and bio-hazardous waste; • clearing and disposal of waste electrical and electronic equipment (WEEE Waste); • one off and ad-hoc clearing and disposal services including attendance to fly tipped waste; • Additional waste clearance requirements. Lot 1 will be split into geographical sub-lots as defined below: Sub-lot 1: East Midlands, Sub-lot 2: West Midlands, Sub-lot 3: South West, Sub-lot 4: London and the South East, Sub-lot 5: The North, Sub-lot 6: National. Up to six contractors will be appointed to each of the geographical lots covered by lot 1 void property cleaning and clearing. Contractors must be able to provide services in at least three of the sub regions (Counties) covered by the geographical sub-lot. All of the services described above are mandatory elements covered by lot 1 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for. The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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 2 years beyond expiry of the 4-year framework term. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical sub-lots. II.2.5) Award criteria: Criteria: Mandatory requirements assessment (pass/fail) Weighting: 0 Criteria: Method statement assessment questions Weighting: 40 % Cost/Price Criteria: Cleaning, clearance and garden clearances rates Weighting: 20 % Cost/Price Criteria: Cleaning and clearance scenario Weighting: 40 % Value excluding VAT: GBP 60000000.00 II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Void Property Security Services II.2.1) Lot No: Lot 2 NUTS code: UK II.1.4) Short description Efficiency East Midlands (EEM) are conducting this tender exercise on behalf of our membership to establish a void property services framework. Lot 2 will support members with the provision of a range of security services by means of installation, monitoring and responsive security services to prevent trespass, unauthorised access, vandalism, and theft whilst properties are empty. Lot 2: void property security services covers but is not limited to the following services: • supply, installation, and removal of on hire demountable screens and doors; • supply and installation of de-mountable screens and doors on an outright purchase basis; • non demountable pre-demolition security screens on an outright purchase basis; • supply, Installation, and removal of net curtains on a hire basis; • supply and Installation of net curtain on an outright purchase basis; • responsive out of hours service for security screens; • boarding up services including emergency boarding and glazing; • temporary steel security keyed or keyless doors (on hire or purchase); • temporary alarms system with multiple detectors on hire; • temporary alarm system monitoring and response service from alarm response centre (ARC); • static guarding and mobile patrol services including full safety checks to ensure the property is secure; • end of tenancy door lock changes; • mobile CCTV towers; • additional security service such as vacant property guardian, Bluetooth key safes and doors, meter box covers, letter box seals, CCTV solutions; • any other security services as required by our contracting authorities. Lot 1 will be split into geographical sub-lots as defined below: Sub-lot 1: East Midlands, Sub-lot 2: West Midlands, Sub-lot 3: South West, Sub-lot 4: London and the South East, Sub-lot 5: The North, Sub-lot 6: National. Up to six contractors will be appointed to each of the geographical lots covered by lot 2 void property security services. Contractors must be able to provide services in at least three of the sub regions (Counties) covered by the geographical sub-lot. All of the services described above are mandatory elements covered by Lot 2 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for. The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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 2 years beyond expiry of the 4-year framework term. The estimated lot value as described in II 2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical sub-lots. II.2.5) Award criteria: Criteria: Mandatory requirements assessment (pass/fail) Weighting: 0 Criteria: Method statement assessment questions Weighting: 40 % Cost/Price Criteria: Void property security services rates Weighting: 20 % Cost/Price Criteria: Void property security scenario Weighting: 40 % Value excluding VAT: GBP 30000000.00 II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Total Void Property Management Services II.2.1) Lot No: Lot 3 NUTS code: UK II.1.4) Short description Efficiency East Midlands (EEM) are conducting this tender exercise on behalf of our membership to establish a void property services framework to support members with the provision of a responsive void property management service. Lot 3 is to encapsulate work streams from lot 1 and lot 2, into a total void property services management solution, including but not limited to the below services. • out of hours call handling facility; • vacant property inspections, inventory, and condition reporting; • water system drain down; • utility turn off and reinstatement; • pest control services; • safe return to work solutions; • any other services associated with void property management services. It is intended that contracting authorities will utilise lot 3 where multiple services are required and where contracting authorities would like one contractor to manage all their void property requirements under one contract. Through this Lot EEM are trying to provide contracting authorities a full turnkey approach to their void property management (minus any repairs and maintenance), ensuring a smooth and efficient service to meet their individual turnaround times. Whilst this is the intention, there may be occasions when a contracting authority wishes to call off one single service that is only covered by lot 3. Lot 3 will be split into geographical sub-lots as defined below: Sub-lot 1: East Midlands, Sub-lot 2: West Midlands, Sub-lot 3: South West, Sub-lot 4: London and the South East, Sub-lot 5: The North, Sub-lot 6: National. Up to six contractors will be appointed to each of the geographical lots covered by lot 3 void total void property management services. Contractors must be able to provide services in at least three of the sub regions (Counties) covered by the geographical sub-lot. All of the services described above are mandatory elements covered by lot 3 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for. The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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 2 years beyond expiry of the 4-year framework term. The estimated lot value as described in II 2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical sub-lots. II.2.5) Award criteria: Criteria: Mandatory requirements assessment (pass/fail) Weighting: 0 Criteria: Method statement assessment questions Weighting: 40 % Cost/Price Criteria: Total void property management services rates Weighting: 20 % Cost/Price Criteria: Total void property management services scenario Weighting: 40 % Value excluding VAT: GBP 60000000.00 II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no III.1.2) Economic and financial standing III.1.2.2) Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability III.1.3.1.2) Selection criteria as stated in the procurement documents IV.1.1) Type of procedure: Open IV.1.3) The procurement involves the establishment of a framework agreement IV.1.3) Envisaged maximum number of participants to the framework agreement 108 Notice number in the OJ S 2020/S 027-063381 IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-09-01 IV.2.2) Local time 14:00 IV.2.6) Duration in months (from the date stated for receipt of tender): 6 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-09-01 IV.2.7) Local time 14:30 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 2 years beyond expiry of the 4-year framework term. Please note that the total potential value stated in II.1.5) is in relation to the full 4-year framework and takes into consideration the lot structure and that the EEM membership may grow over the framework lifetime. 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: 1) any Member of EEM which for the avoidance of doubt currently includes 3 partner consortia — Westworks, Advantage South West and South East Consortium. 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) based within England and Wales which owns and/or maintains/manages housing stock in 1 or more geographic area in which it operates and/or is an NHS Trust (which includes acute trusts, metal health trusts, care service trusts and ambulance trusts) or an organisation,police authority, fire authority, ambulance trust, university, higher/further education college, school or academy or other public sector organisation. 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 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 ‘EEM0071 Void Property Services Framework’ 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. Review body: Body responsible for mediation procedures VI.04.04) Service from which information about the review Date of dispatch of this notice : 2020-07-06 |
CPV Codes |
90900000; 90911100; 90910000; 44212329; 35121700; 35121000; 35121300; 79713000; 79710000; 35120000; 79711000; 79715000; 90700000; 79512000; 79510000; 71315400; 90922000; 70331000; 90721000; 65500000; Cleaning and sanitation services; Accommodation cleaning services; Cleaning services; Security screens; Alarm systems; Security equipment; Security fittings; Guard services; Security services; Surveillance and security systems and devices; Alarm-monitoring services; Patrol services; Environmental services; Call centre; Telephone-answering services; Building-inspection services; Pest-control services; Residential property services; Environmental safety services; Meter reading service; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|