Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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
Facilities Management
Reference number: EEM0069
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a procurement consortia which establishes and manages a range of Framework Agreements and Dynamic Purchasing Systems. Our members include social housing providers,local authorities, universities, NHS Trusts and regional Police Forces. EEM procured and entered into a framework with multiple contractors, for the provision of facilities management services.
This framework has been split and awarded based on the following lots:
Lot 1: Soft Facilities Management;
Lot 2: Hard Facilities Management;
Lot 3: Total Facilities Management.
Due to the wide spread locations of EEM Contracting Authorities, the framework has been further split and awarded based on the following core regional sub-lots:
Sub-Lot 1: East Midlands;
Sub-Lot 2: West Midlands;
Sub-Lot 3: Greater London and the South East;
Sub-Lot 4: South West;
Sub-Lot 5: National Coverage.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
154.75
GBP/ Highest offer:
2 043.60
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Soft Facilities Management
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
EEM on behalf of its members has established a framework for the provision of soft facilities management services. Providers are capable of providing planned preventative and reactive maintenance and a complete building asset maintenance management service to include the following:
— grounds maintenance
— tree surgery
— cleaning services;
— building cleaning
— external cleaning
— deep cleaning
— carpet cleaning
— internal and external window cleaning
— gritting service
— pest control
— security services
— manned guarding,
— patrols – fixed guarding,
— patrols – mobile and reactive guarding,
— key holding,
— lock up/open up of affected property,
— CCTV alarm monitoring,
— condition surveys,
— compliance plans and risk assessments,
— any other associated soft facilities management works and services.
In addition to the services covered within this lot, soft FM providers will be expected to:
— ensure all maintenance services undertaken through this framework are in accordance with SFG20 and another specified requirements,
— complete building asset maintenance management service for Contracting Authorities property stock,
— provide preventative, cyclical and reactive maintenance to the affected properties to ensure the assets provide full operational functionality at all times,
— full asset list of all plant and equipment kept regularly updated and accurate to assist when undertaking Planned Preventative Maintenance (PPM) and for also understanding full condition surveys on assets,
— buildings and engineering services,
— ensuring external works are operationally safe,
— servicing and repair works are undertaken in accordance with manufacturer’s instructions,
— offering an emergency response service for broken equipment or where a service requires a responsive provision.
Lot 1 soft services has been further split into the following geographical sub-lots:
Sub-lot 1: East Midlands;
Sub-lot 2: West Midlands;
Sub-lot 3: Greater London and the South East;
Sub-lot 4: South West;
Sub-lot 5: National Coverage.
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 4 years beyond expiry of the 4-year term. Please note that the total potential value stated in II.1.5) is for the full 4-year framework and takes into consideration that EEM membership may grow over the life of the framework.
II.2.5) Award criteria
Quality criterion: Method statement assessment
/ Weighting: 100
Cost criterion: Labour rates
/ Weighting: 0
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
II.2.14) Additional information
Direct selection – Will only be permitted where a Contracting Authority is using one of our FM Providers outside of the framework and they plan to transfer their bespoke arrangement over to use the FM Provider through the EEM framework as a compliant route rather than undertake their own tender process, providing that it is compliant with our lot structure and agreed by the provider.
Lot No: 2
II.2.1) Title
Hard Facilities Management Services
II.2.2) Additional CPV code(s)
79993000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
EM on behalf of its members has established a framework for the provision of hard facilities management services. Providers are capable of providing planned preventative and reactive maintenance and a complete building asset maintenance management service to include the following:
— mechanical and electrical,
— air conditioning and ventilation,
— air handling and heat recovery units,
— lifts,
— high voltage and switchgear maintenance,
— heat pump and air cooled condensing units,
— electrical testing (PAT and fixed wire),
— lightning protection,
— expansion/pressure vessel and pumped water booster sets,
— heating and plumbing,
— monitoring and control,
— re-lamping,
— building fabric maintenance,
— signage,
— handyman service,
— locksmith service,
— statutory inspections,
— fire detection and fire fighting systems maintenance,
— security access and intruder systems,
— CCTV systems service and maintenance,
— any other associated hard facilities management works and services.
In addition to the services covered within this lot, hard FM Providers will be expected to:
— ensure all maintenance services undertaken through this framework are in accordance with SFG20 and another specified requirements,
— complete building asset maintenance management service for Contracting Authorities property stock,
— provide preventative, cyclical and reactive maintenance to the affected properties to ensure the assets provide full operational functionality at all times,
— dull asset list of all plant and equipment kept regularly updated and accurate to assist when undertaking Planned Preventative Maintenance (PPM) and for also understanding full condition surveys on assets,
— buildings and engineering services,
— ensuring external works are operationally safe,
— servicing and repair works are undertaken in accordance with manufacturer’s instructions,
— offering an emergency response service for broken equipment or where a service requires a responsive provision Lot 2 hard Services has been further split into the following geographical sub-lots:
Sub-lot 1: East Midlands;
Sub-lot 2: West Midlands;
Sub-lot 3: Greater London and the South East;
Sub-lot 4: South West;
Sub-lot 5: National Coverage.
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 4 years beyond expiry of the 4-year term. Please note that the total potential value stated in II.1.5) is for the full 4-year framework and takes into consideration that EEM membership may grow over the life of the framework.
II.2.5) Award criteria
Quality criterion: Method statement assessment
/ Weighting: 100 %
Cost criterion: Labour rates
/ Weighting: 0 %
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
II.2.14) Additional information
Direct selection – Will only be permitted where a Contracting Authority is using one of our FM Providers outside of the framework and they plan to transfer their bespoke arrangement over to use the FM Provider through the EEM framework as a compliant route rather than undertake their own tender process, providing that it is compliant with our lot structure and agreed by the provider.
Lot No: 3
II.2.1) Title
Total Facilities Management
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
EEM on behalf of its members has established a framework for the provision of total facilities management services. Providers are capable of providing planned preventative and reactive maintenance and a complete building asset maintenance management service to include the following:
— grounds maintenance,
— tree surgery,
— cleaning services,
— building cleaning,
— external cleaning,
— deep cleaning,
— carpet cleaning,
— internal and external window cleaning,
— gritting service,
— pest control,
— security services,
— manned guarding,
— patrols – fixed guarding,
— patrols – mobile and reactive guarding,
— key holding,
— lock up/open up of affected property,
— CCTV alarm monitoring,
— condition surveys,
— compliance plans and risk assessments,
— any other associated soft facilities management works and services,
— mechanical and electrical,
— air conditioning and ventilation,
— air handling and heat recovery units,
— lifts,
— high voltage and switchgear maintenance,
— heat pump and air cooled condensing units,
— electrical testing (PAT and fixed wire),
— lightning protection,
— expansion/pressure vessel and pumped water booster sets,
— heating and plumbing,
— monitoring and control,
— re-lamping,
— building fabric maintenance,
— signage,
— handyman service,
— locksmith service,
— statutory inspections,
— fire detection and fire fighting systems maintenance,
— security access and intruder systems,
— CCTV systems service and maintenance,
— any other associated total facilities management works and services.
In addition to the services covered within this lot,Total FM Providers will be expected to:
— ensure all maintenance services undertaken through this framework are in accordance with SFG20 and another specified requirements,
— complete building asset maintenance management service for Contracting Authorities property stock,
— provide preventative, cyclical and reactive maintenance to the affected properties to ensure the assets provide full operational functionality at all times,
— full asset list of all plant and equipment kept regularly updated and accurate to assist when undertaking Planned Preventative Maintenance (PPM) and for also understanding full condition surveys on assets,
— buildings and engineering services,
— ensuring external works are operationally safe,
— servicing and repair works are undertaken in accordance with manufacturer’s instructions,
— offering an emergency response service for broken equipment or where a service requires a responsive provision Lot 1 soft services has been further split into the following geographical sub-lots:
Sub-lot 1: East Midlands;
Sub-lot 2: West Midlands;
Sub-lot 3: Greater London and the South East;
Sub-lot 4: South West;
Sub-lot 5: National Coverage.
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 4 years beyond expiry of the 4-year term. Please note that the total potential value stated in II.1.5) is for the full 4-year framework and takes into consideration that EEM membership may grow over the life of the framework.
II.2.5) Award criteria
Quality criterion: Method statement assessment
/ Weighting: 100 %
Cost criterion: Labour rates
/ Weighting: 0 %
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
II.2.14) Additional information
Direct selection – Will only be permitted where a Contracting Authority is using one of our FM Providers outside of the framework and they plan to transfer their bespoke arrangement over to use the FM Provider through the EEM framework as a compliant route rather than undertake their own tender process, providing that it is compliant with our lot structure and agreed by the provider.
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
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:
2018/S 182-412293
Section V: Award of contract
Lot No: 1
Contract No: EEM0069
Title: Soft Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Clugston Services Ltd
St Vincent House, Normanby Road
Scunthorpe
DN15 8QT
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hi-spec Facilities Support Company PLC
20 Schooner Park, Schooner Court, Crossways Business Park
Dartford
DA2 6NW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Laker BMS Ltd
Epsom House, Dunster Road
Birmingham
B37 7UW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SSG Support Services Group Ltd
Maritime House, 1 Linton Road
Barking
IG11 8HG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Norse Commercial Services
Lancaster House, 16 Central avenue
Norwich
NR7 0HR
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
154.75
GBP
/ Highest offer:
1 513.77
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: EEM0069
Title: Hard Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
J Tomlinson Ltd
Scimitar House, 100 Lilac Grove, Beeston
Nottingham
NG9 1PF
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Ltd
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bouygues E&S FM UK Ltd
Becket House, 1 Lambet Palace Road
London
SE1 7EU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Laker BMS Ltd
Epsom House, Dunster Road
Birmingham
B37 7UW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Clugston Services Ltd
St Vincent House, Normanby Road
Scunthorpe
DN15 8QT
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bellrock Property and Facilities Management Ltd
Peat House, 1 Waterloo Way
Leicester
LE1 6LP
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
FES FM Ltd
Forth House, Pirnhall Business Park
Stirling
FK7 8HW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Norse Commercial Services
NR7 0HR
Norwich
NR7 0HR
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
940.28
GBP
/ Highest offer:
2 043.60
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: EEM0069
Title: Total Facilities Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
ENGIE Regeneration Ltd
Q3 Quorum Business Park Benton Lane
Newcastle upon Tyne
NE12 8EX
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Eric Wright FM Ltd
Sceptre House, Sceptre Way, Bamber Bridge
Preston
PR5 6AW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Mears Facilities Management (a trading division of Mears Ltd)
1390 Montpellier Court, Gloucester Business Park
Brockworth
GL3 4AH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Norse Commercial Services
Lancaster House, 16 Central avenue
Norwich
NR7 0HR
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bouygues E&S FM UK Ltd
Becket House, 1 Lambet Palace Road
London
SE1 7EU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Laker BMS Ltd
Epsom House, Dunster Road
Birmingham
B37 7UW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Clugston Services Ltd
St Vincent House, Normanby Road
Scunthorpe
DN15 8QT
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
940.28
GBP
/ Highest offer:
2 043.60
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The framework has been 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 has 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 one or more geographic area in which it operates and/or is an NHS Trust(which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education, further education college, school academy or other public sector organisation.
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Cabinet Office
Correspondence Team
Cabinet Office
Whitehall
London
SW1A 2AS
UNITED KINGDOM
Telephone: +44 2072761234
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
22/05/2019