EEM0071 Vacant Property Services Framework

Award

Value

£200,000,000

Classifications

  • Surveillance and security systems and devices

Tags

  • award

Submission Deadline

8 months ago

Published

6 months ago

Description

Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. Our membership has now grown to over 367 members including organisations providing services to the whole public sector including housing associations, local authorities, NHS Trusts, Education Providers and Emergency Services.
EEM have conducted a tender exercise for the renewal of our existing Void Property Services Framework, which expired in December 2024.

The Framework agreement will be for a period of 48 months and will run from 16th December 2024 to 15th December 2028 .

- Lot 1 of this Framework covers clearing and cleaning (Sublot1 - Midlands, Sublot 2 - National Coverage).
- Lot 2 of this Framework covers the security services and call handling (Sublot1 - Midlands, Sublot 2 - National Coverage).
- Lot 3 of this Framework covers all services from Lot 1 and Lot 2 as well as a turn-key vacant property management service  (Sublot1 - Midlands, Sublot 2 - National Coverage).

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. This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement 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)
A full list of current members is available at www.eem.org.uk
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;
3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the ITT documents.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

2425-0045 CCTV - The Supply Installation and Maintenance of Equipment

The Council intends to procure a single supplier framework agreement to enable delivery of high-quality CCTV supply, installation and maintenance services, including three other boroughs. The network of CCTV cameras operating in public areas is an integral part of the council's approach to crime detection and prevention, and community safety. It protects the council's assets and the wider community, as well as being used by the Metropolitan Police and other agencies for policing and counter-terrorism purposes. 'A Safe Place to Call Home' is one of the five missions of the council's 'Vision 2030' strategy. Therefore, it is essential that the CCTV system be of a high quality, as well as reliable, to successfully achieve these aims. A maximum of one supplier will be party to the framework agreement. Call-off contracts from the framework agreement shall follow the terms of the framework agreement including how a call-off contract is concluded. How a call-off contract is concluded is explained within the invitation to tender documentation. The services will be required by Islington Council and other organisations who may access the framework agreement. Those organisations are: • London Borough of Ealing • London Borough of Hounslow • London Borough of Southwark This services contract is not being divided into lots. This contract is not being split into lots due to the specific technical requirements of the contract and its specialist nature demanding consistency of delivery across the framework Further details will be provided in the invitation to tender. The duration will be 48 months from an estimated start date of 01 April 2026. There will be no option to extend, however, call-off contracts may extend beyond the end date of the framework agreement. The estimated value of the services that may be awarded by Islington Council under the framework agreement is estimated at between £0 and £4m over the maximum duration of the framework agreement. The allowed scope for other partners who may join in collaboration will be between £0 to £4m over the duration of the framework agreement. The total estimated value of services that may be awarded under this framework agreement is £0 to £16m over the duration of the framework agreement. The council and its partners will be under no obligation to utilise the framework agreement. No guarantee is given towards volume or value of work under this framework agreement. One provider who submits the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023 will be party to the framework agreement. Tenders for this framework agreement will be assessed against the following award criteria: Cost/price: 40% Quality: 60% Quality made up of: 20% - Proposed approach to social value 10% - Proposed approach to varying work volumes and priorities 10% - Proposed approach to health and safety 10% - Proposed approach to quality management 10% - Proposed approach to mobilisation, resourcing and service delivery Total 100% Further details will be provided in the invitation to tender. The deadline for expressions of interest is: 11.59am Monday 28 July 2025 The deadline for submission of tender documents is: 12 noon Monday 28 July 2025 Late submissions may not be accepted.

Katy Reed

Published 6 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete