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

EEM0071 Vacant Property Services Framework

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048653
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
10 September 2024
Deadline date:
25 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 367 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: Clearing and Cleaning

Lot 2: Security Services and Call Handling,

Lot 3: Turn-key Vacant Property Management

Each lot described above has 2 geographical sub-lots as described within this notice.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Alfreton

UK

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.3) Communication

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

https://www.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/


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

EEM0071 Vacant Property Services Framework

Reference number: EEM0071 (24/28)

II.1.2) Main CPV code

70331000

 

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 367 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: Clearing and Cleaning

Lot 2: Security Services and Call Handling,

Lot 3: Turn-key Vacant Property Management

Each lot described above has 2 geographical sub-lots as described within this notice.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  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: 1

II.2.1) Title

Lot 1 - Clearing and Cleaning

II.2.2) Additional CPV code(s)

90500000

90911100

90911200

90921000

90922000

90923000

90924000

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

EEM are conducting this tender exercise to procure a Vacant Property Services Framework to replace our existing Framework which will expire on 29th November 2024. The Framework will provide EEM Members with a provision for all types of vacant property management services.

Services delivered via this framework will be to domestic and commercial properties. There may be occasions where a member requires contractors to enter occupied premises for requirements.

Domestic properties will typically be consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and depots and any other building owned and/or managed by our membership.

Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages.

The Framework will be split into the following workstream and geographical lots:

• Lot 1 - Vacant Property Clearing & Cleaning

• Lot 2 - Vacant Property Security Services

• Lot 3 - Turn-Key Vacant Property Management

Lot 1 - Vacant Property Clearing & Cleaning

• Light/sparkle property cleaning

• Deep/heavy property cleaning

• Environmental and specialist cleaning

• Priority property cleaning

• Additional cleaning services

• 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)

• Persistent Organic Pollutions (POPs) for waste upholstered domestic seating

• One off and adhoc clearing and disposal services including attendance to fly tipped waste

• Pest Control

• Additional waste clearance requirements

Up to eight contractors will be appointed to each of the geographical lots covered by Lot 1 Clearing and Cleaning. Each lot described above has 2 geographical sub-lots:

Sublot 1 Midlands and Sublot 2 National.

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 5 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: Pass/ Fail Questions / Weighting: Pass / Fail

Quality criterion: Method Statement Assessment / Weighting: Pass / Fail

Quality criterion: Interview and Presentation / Weighting: 40%

Cost criterion: Cleaning / Weighting: 20%

Cost criterion: Property and Garden Clearance / Weighting: 20%

Cost criterion: Pest Control / Weighting: 15%

Cost criterion: Scenario / Weighting: 5%

Cost criterion: Uplifts and Discounts / Weighting: For information purposes only

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: 2

II.2.1) Title

Lot 2 - Security Services and Call Handling

II.2.2) Additional CPV code(s)

35120000

44212329

79510000

79710000

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

Lot 2 of this framework covers vacant property security by means of installation, monitoring and responsive security services to prevent trespass, unauthorised access, vandalism, and theft.

Services included within Lot 2 are:

• Supply, installation, and removal of on hire de-mountable screens and doors

• Responsive out of hours service for security screens

• 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

• Supply and installation of concrete barriers, bollards, perimeter fencing & prickle strips

• Static guarding and mobile patrol services including full safety checks to ensure the property is secure.

• Boarding up services including emergency boarding and glazing

• Supply and installation of temporary wireless intruder alarms with multiple detectors (on hire)

• Temporary alarm system monitoring and response service from alarm response centre (ARC).

• Temporary steel security keyed or keyless doors (on hire or purchase)

• End of tenancy door lock changes

• Keyholding services

• Access control solutions

• Temporary CCTV (solar or mains)

• Mobile CCTV towers

• Call Handling Services

• 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 Members.

The described lot above has 2 geographical sub-lots:

Sublot 1 Midlands and Sublot 2 National.

II.2.5) Award criteria

Criteria below:

Quality criterion: Pass/ Fail Questions / Weighting: Pass / Fail

Quality criterion: Method Statement Assessment / Weighting: Pass / Fail

Quality criterion: Interview and Presentation / Weighting: 40%

Cost criterion: Security Services / Weighting: 40%

Cost criterion: Scenario / Weighting: 20%

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: 3

II.2.1) Title

Lot 3 - Turn-key Vacant Property Management

II.2.2) Additional CPV code(s)

35120000

44212329

45442100

45442110

45451000

50600000

50700000

51100000

65500000

70331000

71315400

79510000

79710000

90700000

90900000

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

The purpose of Lot 3 is to encapsulate work streams from Lot 1 and Lot 2, into a total vacant property services management solution to bring properties up to a lettable standard, including but not limited to the below additional services.

Through this Lot EEM are trying to provide Members a full turnkey approach to their vacant property management ensuring a smooth and efficient service to meet their individual turnaround times. Whilst this is the intention, there may be occasions when a Member wishes to call off one single service that is only covered by Lot 3. Contractors may be provided a "Letting Standard Policy" by members that they must adhere to.

Lot 3 will include all Lot 1 and Lot 2 services along with the following additional services:

• Initial Property Assessments

• Vacant Property Inspections, Inventory and Condition Reporting

• Whole House Decoration

• Repairs and Maintenance

• Upgrades and Improvements

• Utility Readings

• Water System Drain Down

• Utility Turn Off and Reinstatement

The described lot above has 2 geographical sub-lots:

Sublot 1 Midlands and Sublot 2 National.

II.2.5) Award criteria

Criteria below:

Quality criterion: Pass / Fail Questions / Weighting: Pass / Fail

Quality criterion: Method Statement Assessment / Weighting: Pass / Fail

Quality criterion: Interview and Presentation / Weighting: 40%

Cost criterion: Cleaning / Weighting: 5%

Cost criterion: Property and Garden Clearance / Weighting: 5%

Cost criterion: Pest Control / Weighting: 5%

Cost criterion: Security Services / Weighting: 5%

Cost criterion: Out of Hours Call Handling / Weighting: 5%

Cost criterion: Utility Services / Weighting: 5%

Cost criterion: Lettable Standard Costs / Weighting: 15%

Cost criterion: Vacant Property Labour Rates / Weighting: 10%

Cost criterion: Scenario / Weighting: 5%

Cost criterion: Uplifts and Discounts / Weighting: Information purposes only

Cost criterion: M3NHF Schedule of Rates Version 8 / Weighting: Information purposes only

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.

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 000-023948

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

Date: 25/10/2024

Local time: 14:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 25/10/2024

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 contract's to be awarded pursuant to the Framework Agreements to be entered at 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 Agreement.

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 numbers stated. The 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://advantagesouthwest.co.uk) and South East Consortium (https://southeastconsortium.org.uk)

A full list of current members is available at https://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 members (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding authorised users of this framework can be found in the ITT documents.

For further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code HNQ7CZCT2C.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC2A 2LL

UK

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

The Cabinet Office

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

05/09/2024

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
90911200 Building-cleaning services Accommodation, building and window cleaning services
71315400 Building-inspection services Building services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
45451000 Decoration work Other building completion work
90921000 Disinfecting and exterminating services Facility related sanitation services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90924000 Fumigation services Facility related sanitation services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
65500000 Meter reading service Public utilities
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
90922000 Pest-control services Facility related sanitation services
90923000 Rat-disinfestation services Facility related sanitation services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50600000 Repair and maintenance services of security and defence materials Defence and security
70331000 Residential property services Property management services of real estate on a fee or contract basis
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:
tenders@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.