Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
Unit 3 Maisies Way
Alfreton
DE55 2DS
UK
Contact person: Amy
Telephone: +44 1246395610
E-mail: tenders@eem.org.uk
NUTS: UK
Internet address(es)
Main address: https://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
EEM0024-23 Asbestos Surveys and Removal Services Framework
Reference number: EEM0024-23
II.1.2) Main CPV code
90650000
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 over 360 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 consortiaWestworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following websites addresses:
(https://www.westworks.org.uk)
(https://www.southeastconsortium.org.uk)
(https://www.advantagesouthwest.co.uk)
EEM have conducted a tender exercise and established a Asbestos Survey and Removal Services Framework to replace our existing Framework which expired in May 2024. The Framework will provide EEM Members with a provision for their Asbestos Survey, Removal and Disposal Services covering both Domestic & Commercial properties to help members deliver safe Asbestos working solutions. The Framework agreement will be for a period of 48 months, running from Monday 17th June 2024 to 16th June 2028. 8 Contractors have been appointed onto each of the four sublots:
Lot 1 - Asbestos Surveys and Analytical Services
Sublot 1 - Midlands
Sublot 2 - National Coverage
Lot 2 - Asbestos Removals & Disposal Services
Sublot 1 - Midlands
Sublot 2 - National Coverage
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
300 000 000.00
GBP
II.2) Description
Lot No: Sub Lot 1 Midlands
II.2.1) Title
Lot 1 Asbestos Surveys and Analytical Services Framework
II.2.2) Additional CPV code(s)
71600000
71900000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Contractors appointed to the framework for Lot 1 were required to demonstrate technical competence to undertake surveys for asbestos containing materials (ACMs) through accreditation to ISO/IEC 17020. Analysis of samples must be carried out in accordance with HSG248 - The analysts' guide for sampling, analysis, and clearance procedures. Samples must be assessed at a UKAS accredited laboratory with testing and analysis services undertaken in accordance with ISO/IEC 17025. In addition to the above mentioned, all surveyors and analysts completing works through this framework will need to hold the relevant CSCS skill card and all surveying organisations should have a quality management system to ensure the highest standards of surveying. All asbestos surveys and associated works are to be undertaken in compliance with:
• HSG264 - Asbestos The Survey Guide
• HSG248 - Asbestos: The analysts guide for sampling, analysis, and clearance procedures.
• Approved Code Of Practice L143 - Managing and Working With Asbestos
• Control of Asbestos Regulations (CAR 2012)
Contractors must note surveys and re-inspections will cover domestic properties, communal areas to domestic properties, corporate and commercial buildings, garages, and any other
buildings within our members property stock.
II.2.5) Award criteria
Quality criterion: Quality Assessment / Weighting
/ Weighting: 50
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Rates
/ Weighting: 15
Cost criterion: Labour and Call Out Rates
/ Weighting: 10
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
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. 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.
This framework has been procured by Efficiency East Midlands (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)
All full list of current members is available at www.eem.org.uk (https://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.
Lot No: Sub Lot 2 National Coverage
II.2.1) Title
Lot 1 Asbestos Surveys and Analytical Services Framework
II.2.2) Additional CPV code(s)
71600000
71900000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Contractors appointed to the framework for Lot 1 were required to demonstrate technical competence to undertake surveys for asbestos containing materials (ACMs) through accreditation to ISO/IEC 17020. Analysis of samples must be carried out in accordance with HSG248 - The analysts' guide for sampling, analysis, and clearance procedures. Samples must be assessed at a UKAS accredited laboratory with testing and analysis services undertaken in accordance with ISO/IEC 17025. In addition to the above mentioned, all surveyors and analysts completing works through this framework will need to hold the relevant CSCS skill card and all surveying organisations should have a quality management system to ensure the highest standards of surveying. All asbestos surveys and associated works are to be undertaken in compliance with:
• HSG264 - Asbestos The Survey Guide
• HSG248 - Asbestos: The analysts guide for sampling, analysis, and clearance procedures.
• Approved Code Of Practice L143 - Managing and Working With Asbestos
• Control of Asbestos Regulations (CAR 2012)
Contractors must note surveys and re-inspections will cover domestic properties, communal areas to domestic properties, corporate and commercial buildings, garages, and any other
buildings within our members property stock.
II.2.5) Award criteria
Quality criterion: Quality Assessment
/ Weighting: 50
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Rates
/ Weighting: 15
Cost criterion: Labour and Call Out Rates
/ Weighting: 10
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
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice
may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. 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 number stated.
This framework is being procured by Efficiency East Midlands (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)
All full list of current members is available at www.eem.org.uk (https://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.
Lot No: SubLot 1 Midlands
II.2.1) Title
Lot 2 Asbestos Removal, Remediation and Disposal Framework
II.2.2) Additional CPV code(s)
45262660
71315300
90650000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Contractors appointed to the framework for asbestos removal services are responsible for ensuring the safe storage, transportation and disposal of Asbestos waste and will hold a waste carriers license if they are to dispose of the waste or utilise an organisation who hold a waste carriers license. For both licensable and non-licensable work Contractors will still need to make sure that they comply with the general requirements in the Control of Asbestos Regulations 2012 to prevent exposure to asbestos. Contractors must hold a full HSE licence for asbestos removal work during the framework term, in accordance with the Control of Asbestos Regulations 2012. This work includes most asbestos removal, all work with sprayed asbestos coatings and asbestos lagging and most work with asbestos insulation and asbestos insulating board (AIB). All licensable work must be notified to the appropriate enforcing authority using the ASB5 form at least 14 days before the work starts. The Licensed Contractor will be responsible for submitting the ASB5 notification on behalf of the Contracting Authority.
II.2.5) Award criteria
Quality criterion: Quality Assessment
/ Weighting: 50
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Rates
/ Weighting: 15
Cost criterion: Labour and Call Out Rates
/ Weighting: 10
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
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. 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 number stated. This framework is being procured by Efficiency East Midlands (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)
All full list of current members is available at www.eem.org.uk (https://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.
Lot No: Sublot 2 National
II.2.1) Title
Lot 2 Asbestos Removal, Remediation and Disposal Framework
II.2.2) Additional CPV code(s)
45262660
71315300
90650000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Contractors appointed to the framework for asbestos removal services are responsible for ensuring the safe storage, transportation and disposal of Asbestos waste and will hold a
waste carriers license if they are to dispose of the waste or utilise an organisation who hold a waste carriers license. For both licensable and non-licensable work Contractors will still need to make sure that they comply with the general requirements in the Control of Asbestos Regulations 2012 to prevent exposure to asbestos. Contractors must hold a full HSE licence for asbestos removal work during the framework term, in accordance with the Control of Asbestos Regulations 2012. This work includes most asbestos removal, all work with sprayed asbestos coatings and asbestos lagging and most work with asbestos insulation and asbestos insulating board (AIB). All licensable work must be notified to the appropriate enforcing authority using the ASB5 form at least 14 days before the work starts. The Licensed Contractor will be responsible for submitting the ASB5 notification on behalf of the Contracting Authority.
II.2.5) Award criteria
Quality criterion: Quality Assessment
/ Weighting: 50
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Rates
/ Weighting: 15
Cost criterion: Labour and Call Out Rates
/ Weighting: 10
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
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. 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 number stated.
This framework is being procured by Efficiency East Midlands (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)
All full list of current members is available at www.eem.org.uk (https://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 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:
2024/S 000-003508
Section V: Award of contract
Lot No: Lot 1 Sub Lot 1 Midlands
Title: Asbestos Surveys and Analytical Services Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/06/2024
V.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Life Environmental Services Ltd
03053057
Bishop's Stortford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Asbestos Analysts Ltd
10866052
Fowlmere
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Environtec Ltd
02981693
Environtec House, The Street, Hatfield Peverel
Chelmsford
CM3 2EJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Inspectas Compliance Ltd
08668845
Atlas House, 5 Bradford Road
Bradford
BD11 1AS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SGS United Kingdom Limited
01193985
Inward Way, Rossmore Business Park
Ellesmere Port
CH65 3EN
UK
NUTS: UKE
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Hazard Management and Environmental Services Laboratories Limited
02647438
Hollow Farm Hilton Road
Fenstanton
PE28 9LJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
OC348998
Enviro House, Spartan Road, Low Moor
Bradford
BD12 0RY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
BDA Surveying Limited
04912280
167 London Road
Leicester
LE2 1EG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
400 000.00
GBP
/ Highest offer:
925 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 1 Sublot 2 National Coverage
Title: Asbestos Surveys and Analytical Services Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/06/2024
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Life Environmental Ltd
03053057
4 Ducketts Wharf, South Street,
Bishop's Stortford
CM23 3AR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Asbestos Analysts Ltd
10866052
Training Centre, Shepreth Road
Fowlmere
SG8 7TQ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Environtec Ltd
02981693
Environtec House, The Street, Hatfield Peverel
Chelmsford
CM3 2EJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Inspectas Compliance Ltd
08668845
Atlas House, 5 Bradford Road, Drighlington
Bradford
BD11 1AS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SGS United Kingdom Limited
01193985
Inward Way, Rossmore Business Park
Ellesmere Port
CH65 3EN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Hazard Management and Environmental Services Laboratories Limited
02647438
Hollow Farm, Hilton Road
Fenstanton
PE28 9LJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
OC348998
Enviro House Spartan Road Low Moor
Bradford
BD12 0RY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Acorn Analytical Services (UK) Ltd
08340465
24 Charter Gate Quarry Park Close
Northampton
NN3 6QB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
400 000.00
GBP
/ Highest offer:
920 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2 Sublot 1 Midlands
Title: Asbestos Removal, Remediation and Disposal Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/06/2024
V.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received by electronic means: 18
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
European Asbestos Services (EAS) Ltd
02933074
Infinet House, 111 Windmill Road
Sunbury on Thames
TW16 7EF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rilmac Insulation Limited
01022984
Unit 7 Crofton Drive Allenby Road Industrial Estate
Lincoln
LN3 4NJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ductclean (UK) Ltd t/a DCUK FM
03639301
Compass House, Manor Royal, Crawley
West Sussex
RH10 9PY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Asbestech Ltd
3478062
Unit 3, The I O Centre, Hearle Way
Hatfield
AL10 9EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Insulation & Environmental Services Ltd
02626843
North Street
Wigston
LE18 1PS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PA Group (UK) Ltd
6257126
Spring Lodge 172 Chester Road Helsby
Cheshire
WA6 0AR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axiom Building Solutions Ltd
07426631
Unit 4 Calibre Ind Park, Laches Close, Four Ashes
Wolverhampton
WV10 7DZ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP T/A MCP Environmental
OC348998
Enviro House Spartan Road Low Moor
Bradford
BD12 0RY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
695 000.00
GBP
/ Highest offer:
2 870 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2 Sublot 2 National Coverage
Title: Asbestos Removal, Remediation and Disposal Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/06/2024
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
European Asbestos Services (EAS) Ltd
02933074
Sunbury on Thames
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ductclean (UK) Limited
03639301
Compass House, Manor Royal, Crawley
West Sussex
RH10 9PY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Asbestech Ltd
03478062
Unit 3, The I O Centre Hearle Way
Hatfield
AL10 9EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PA Group (UK) Ltd
06257126
Spring Lodge 172 Chester Road, Helsby
Cheshire
WA6 0AR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axiom Building Solutions Ltd
07426631
Unit 4 Calibre Ind Park, Laches Close, Four Ashes
Wolverhampton
WV10 7DZ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
McHale Contracts & Plant Environmental LLP TA MCP Environmental
OC348998
Enviro House, Spartan Road, Low Moor
Bradford
BD12 0RY
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Chirmarn Limited
01276545
Unit 5 Capitol Close Capitol Park
Barnsley
S75 3UB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Aspect Contracts Ltd
06459279
Aspect House, Honywood Road, Basildon
Essex
SS14 3DS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
695 000.00
GBP
/ Highest offer:
5 300 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at the conclusion of the procurement exercise begun by publication of the Contract Notice
may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreements. 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 number stated.
This framework is being procured by Efficiency East Midlands (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)
All full list of current members is available at www.eem.org.uk (https://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
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
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
VI.5) Date of dispatch of this notice
29/08/2024