Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Void Property Services Framework

  • First published: 10 July 2020
  • Last modified: 10 July 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Efficiency East Midlands Ltd
Authority ID:
AA20164
Publication date:
10 July 2020
Deadline date:
01 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Efficiency East Midlands Ltd

Unit 3 Maisies Way, The Village

Derbyshire

DE55 2DS

UK

Contact person: Amy

Telephone: +44 1246395610

E-mail: amy@eem.org.uk

NUTS: UK

Internet address(es)

Main address: http://eem.org.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://xantive.supplierselect.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Void Property Services Framework

Reference number: EEM0071

II.1.2) Main CPV code

90900000

 

II.1.3) Type of contract

Services

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.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Void Property Cleaning and Clearing

II.2.2) Additional CPV code(s)

90911100

90910000

90900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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 below:

Quality criterion: Mandatory requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Cleaning, clearance and garden clearances rates / Weighting: 20 %

Cost criterion: Cleaning and clearance scenario / Weighting: 40 %

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 2

II.2.1) Title

Void Property Security Services

II.2.2) Additional CPV code(s)

44212329

35121700

35121000

35121300

79713000

79710000

35120000

79711000

79715000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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 below:

Quality criterion: Mandatory requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Void property security services rates / Weighting: 20 %

Cost criterion: Void property security scenario / Weighting: 40 %

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 3

II.2.1) Title

Total Void Property Management Services

II.2.2) Additional CPV code(s)

90900000

90910000

90911100

44212329

35121700

35121000

35121300

79713000

79710000

35120000

90700000

79512000

79510000

71315400

90922000

70331000

90721000

65500000

79711000

79715000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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 below:

Quality criterion: Mandatory requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Total void property management services rates / Weighting: 20 %

Cost criterion: Total void property management services scenario / Weighting: 40 %

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 108

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 027-063381

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/09/2020

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 01/09/2020

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) 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.

VI.4) Procedures for review

VI.4.1) Review body

Efficiency East Midlands Ltd

Unit 3 Maisies Way, The Village

Derbyshire

DE55 2DS

UK

Telephone: +44 1246395610

E-mail: amy@eem.org.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

UK

Telephone: +44 2072761234

VI.5) Date of dispatch of this notice

06/07/2020

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
71315400 Building-inspection services Building services
79512000 Call centre Telephone-answering services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90910000 Cleaning services Cleaning and sanitation services
90721000 Environmental safety services Environmental protection
90700000 Environmental services Sewage, refuse, cleaning and environmental services
79713000 Guard services Security services
65500000 Meter reading service Public utilities
79715000 Patrol services Security services
90922000 Pest-control services Facility related sanitation services
70331000 Residential property services Property management services of real estate on a fee or contract basis
35121000 Security equipment Surveillance and security systems and devices
35121300 Security fittings Security equipment
44212329 Security screens Structural products and parts except prefabricated buildings
79710000 Security services Investigation and security services
35120000 Surveillance and security systems and devices Emergency and security equipment
79510000 Telephone-answering services Office-support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
amy@eem.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.