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 Award Notice

Facilities Management

  • First published: 24 May 2019
  • Last modified: 24 May 2019

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:
24 May 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
79993100 Facilities management services Building and facilities management 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.