Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
3 Maisies Way
Alfreton
DE552DS
UK
E-mail: tenders@eem.org.uk
NUTS: UKF12
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
EEM0026 Heating and Hot Water Systems Framework
Reference number: EEM0026
II.1.2) Main CPV code
50720000
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 Frameworks and Dynamic Markets agreements. Our membership includes public sector organisations such as 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. The membership list for these three consortia may be obtained from the following website addresses:
http://www.westworks.org.uk
http://www.southeastconsortium.org.uk
http://www.advantagesouthwest.co.uk
The aim is to work together to align processes and practices, share our frameworks where possible and provide the best possible services to our combined members and usership. All current and future members and users of EEM are able to access this Framework.
EEM have conducted this tender exercise to procure a Heating and Hot Water Systems Framework. The framework has been awarded based on the II.2.5 Award Criteria.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
850 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Domestic Heating and Hot Water Systems
II.2.2) Additional CPV code(s)
09321000
09323000
38431000
42161000
42511110
42515000
44620000
45232141
45259300
45315000
45331100
45331110
45332200
50531100
50531200
50720000
71314310
71321200
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 1 has been created to support members manage the servicing and maintenance of their domestic property heating and hot water systems ensuring compliancy and adherence to servicing cycles, repairs and emergency callout are also be covered by this Lot.
Lot 1 includes for the supply and installation of new boilers, heating systems, alterations and full and partial upgrades required to a range of fuel systems.
The following services are not an exhaustive list of services covered by Lot 1:
• Basic and comprehensive servicing, maintenance, and repair of domestic heating systems
• Servicing, maintenance, and repair of domestic boilers
• Attendance to break downs and emergency repairs
• Back-up to in-house Gas Team for domestic gas repairs and servicing
• Installation of boilers and heating systems, alterations and full and partial upgrades as required to a range of fuel systems.
• Gas safety Inspection and landlords certification
• Any additional elements of work associated with the above listed or relevant to Lot 1.
All of the services described above are mandatory elements covered by Lot 1 of the framework.
Lot 1 has been split into geographical sublots and EEM have appointed 8 contractors per sublot
Sublot 1a - Midlands
Sublot 1b - National Coverage
The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in this notice as being authorised users. The call-off contracts to be awarded 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 this notice takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots
II.2.5) Award criteria
Quality criterion: Tender Assessment Questions (Part D4)
/ Weighting: Pass/Fail
Quality criterion: Competence Assessment and Best Practice Requirements (Part D3)
/ Weighting: Pass/Fail
Quality criterion: Presentation (D5)
/ Weighting: 40%
Cost criterion: Domestic Servicing
/ Weighting: 6.5
Cost criterion: Domestic Heating Installation
/ Weighting: 8
Cost criterion: Domestic Boiler Installation
/ Weighting: 8
Cost criterion: Domestic Heating Installation SORs
/ Weighting: 5
Cost criterion: Domestic Heating SORs
/ Weighting: 5
Cost criterion: Domestic Installations Scenario
/ Weighting: 15
Cost criterion: Domestic Servicing Scenarios
/ Weighting: 7.5
Cost criterion: Call Out Rates
/ Weighting: 2.5
Cost criterion: Labour Rates
/ Weighting: 2.5
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
Commercial Heating and Hot Water Systems
II.2.2) Additional CPV code(s)
09321000
09323000
38431000
39715100
39715210
42161000
42511110
42515000
44620000
45232140
45232141
45259300
45315000
45331100
50531100
50531200
50721000
71314310
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 has been created to support Members manage the servicing and maintenance of their commercial property heating systems ensuring compliancy and adherence to servicing cycles, repairs and emergency callouts will also be covered by this lot. Lot 2 also include the for the supply and installation of new boilers, heating systems in a range of fuel types, alterations and full and partial upgrades as required, including plant rooms.
The following services are not an exhaustive list of services covered by Lot 2.
• Basic and comprehensive servicing, maintenance, and repair of commercial heating systems
• Servicing, maintenance, and repair of commercial boilers
• Attendance to break downs and emergency repairs
• Installation of boilers and heating systems, alterations and full and partial upgrades including plant and boiler houses as required, commercial systems will allow for a range of fuel systems
• Gas safety inspection and landlords certification
• Any additional elements of work associated with the above listed or relevant to Lot 2
All of the services described above are mandatory elements covered by Lot 2 of the framework.
Lot 2 is split into geographical sublots and EEM have appointed 8 contractors per sublot.
Sublot 1c - Midlands
Sublot 1d - National Coverage
The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described within this notice as being authorised users.
The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described within this notice as being authorised users.
The call-off contracts to be awarded 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 this notice into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots.
II.2.5) Award criteria
Quality criterion: Tender Assessment Questions (Part D4)
/ Weighting: Pass/Fail
Quality criterion: Competence Assessment and Best Practice Requirements (Part D3)
/ Weighting: Pass/Fail
Quality criterion: Presentation (D5)
/ Weighting: 40%
Cost criterion: Commercial Servicing Rates
/ Weighting: 15
Cost criterion: Commercial Schedule Rates
/ Weighting: 15
Cost criterion: Servicing Scenario
/ Weighting: 15
Cost criterion: Installation Scenario
/ Weighting: 5
Cost criterion: Call Out and Labour 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
Lot No: 3
II.2.1) Title
Renewable Heating and Hot Water Systems
II.2.2) Additional CPV code(s)
09321000
09330000
38431000
42160000
42511110
44621000
45232141
45259300
45261215
45315000
45331100
45331110
50511000
50531100
50531200
50721000
71321200
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 3 has been created to support Members manage the servicing and maintenance of their renewable heating systems ensuring compliancy and adherence to servicing cycles, repairs and emergency callouts will also be covered by this lot. Lot 3 also includes the for the design, supply and installation of new renewable heating systems, alterations and full and partial upgrades as required.
The following services are not an exhaustive list of services covered by Lot 3:
• Servicing, maintenance, repair and installation of renewable heating systems including air source and ground source systems, solar pv and thermal systems, combined heat and power generating boilers, biomass and wood burning systems.
• Attendance to break downs and emergency repairs
• Heating systems designs, alterations, and full and partial upgrades
• Renewable heat source inspections and reports
• Any additional elements of work associated with the above listed or relevant to Lot 3.
All of the services described above are mandatory elements covered by Lot 3 of the framework.
Lot 3 is split into geographical sublots and EEM have appointed 8 Contractors on to each sublot:
Sublot 1f - Midlands
Sublot 1g - National Coverage
The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in this notice as being authorised users.
The call-off contracts to be awarded 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 this notice takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots
II.2.5) Award criteria
Quality criterion: Tender Assessment Questions (Part D4)
/ Weighting: Pass/Fail
Quality criterion: Competence Assessment and Best Practice Requirements (Part D3)
/ Weighting: Pass/Fail
Quality criterion: Presentation (D5)
/ Weighting: 40
Cost criterion: Renewable Heating System Servicing
/ Weighting: 10
Cost criterion: Renewable Heating System Installation
/ Weighting: 20
Cost criterion: Renewable Heating System Schedule of Rates
/ Weighting: 10
Cost criterion: Renewable Heating System Scenarios
/ Weighting: 15
Cost criterion: Call Out and Labour Rates
/ Weighting: 5
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 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:
2025/S 000-005635
Section V: Award of contract
Lot No: Lot 1
Contract No: Domestic Heating and Hot Water Systems
Title: Lot 1a Domestic Heating and Hot Water Systems Midlands
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 20
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
1991637
Tramway House
London
E15 4PN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
D+K Heating Services Ltd
05016014
Unit 10 , Reddicap Trading Estate
Sutton Coldfield
B75 7BU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Matthews and Tannert Ltd
02242646
Bannerman Road
Kirkby in Ashfield
NG17 8DU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Renuvo Ltd
07289284
Renuvo House, Unit 2 Kingsbury Link
Tamworth
B78 2EX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
L7 9NJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
Norfolk House, 13 Southampton Place
London
WC1A 2AJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
UK Gas Services Limited
02976617
Centurion Way, Meridian Business Park
Leicester
LE19 1WH
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:
: 250 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 1
Contract No: Domestic Heating and Hot Water Systems
Title: Lot 1 b Domestic Heating and Hot Water Systems National
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
1991637
3 Tramway Avenue
London
E15 4PN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
GAP Property Services (Leicester) Limited
07302993
Unit D Sandown Court, Station Road
Leicester
LE3 8BT
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Matthews and Tannert Ltd
02242646
Bannerman Road
Kirkby in Ashfield
NG17 8DU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Phoenix Gas Services
3830355
Furlong Road
Stoke on Trent
ST6 5UD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
L7 9NJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
Norfolk House, 13 Southampton Place
London
WC1A 2AJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
TSG Building Services Plc
3908728
Cranborne Road
Potters Bar
EN6 3JN
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:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2
Contract No: Commercial Heating and Hot Water Systems
Title: Lot 1 c Commercial Heating and Hot Water Systems Midlands
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 15
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Alternative Heat Limited
NI054205
18-19a Scarva Road Industrial Estate
Banbridge
BT32 3QD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
D & K Heating Services Limited
05016014
Reddicap Trading Estate
Sutton Coldfield
B75 7BU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Heating & Process Engineering Services Ltd
1367785
Unit 1 Orchard Court , Crompton Road
Ilkeston
DE7 4BG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PHS Home Solutions Limited
04966472
3 Madarin Road, Rainton Bridge Business Park
Houghton le Spring
DH4 5RA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
L7 9NJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
Norfolk House, 13 Southampton Place
London
WC1A 2AJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
UK Gas Services Limited
02976617
Centurion Way, Meridian Business Park
Leicester
LE19 1WH
UK
NUTS: UKF
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2
Contract No: Commercial Heating and Hot Water Systems
Title: Lot 1d Commercial Heating and Hot Water Systems National
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 13
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Alternative Heat Ltd
NI054205
18-19a Scarva Road Industrial Estate
Banbridge
BT32 3QD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
1991637
3 Tramway Avenue
London
E15 4PN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Direct Heating Solutions Limited
07454873
10 Westminster Road
Macclesfield
SK10 1BX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Phoenix Gas Services Ltd
3830355
Furlong Road
Stoke on Trent
ST6 5UD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PHS Home Solutions Limited
4966472
3 Madarin Road, Rainton Bridge Business Park
Houghton le Spring
DH4 5RA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
4072464
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
13 Southampton Place
London
WC1A 2AJ
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:
: 100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3
Contract No: Renewable Heating and Hot Water Systems
Title: Lot 1e Renewable Heating and Hot Water Systems Midlands
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 17
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Alternative Heat Limited
NI054205
18-19a Scarva Road Industrial Estate
Banbridge
BT32 3QD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
1991637
3 Tramway Avenue
London
E15 4PN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Foster Building Services Limited
7581435
1 Harbour Square
Wisbech
PE13 3BH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Matthews and Tannert
2242646
Bannerman Road
Kirkby in Ashfield
NG17 8DU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Renuvo Ltd
07289284
Unit 2 Kingsbury Link
Tamworth
B78 2EX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
L7 9NJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
13 Southampton Place
London
WC1A 2AJ
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:
: 100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3
Contract No: Renewable Heating and Hot Water Systems
Title: Lot 1f Renewable Heating and Hot Water Systems National
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/07/2025
V.2.2) Information about tenders
Number of tenders received: 14
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Alternative Heat Limited
NI054205
18-19a Scarva Road Industrial Estate
Banbridge
BT32 3QD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Axis Europe plc
1991637
3 Tramway Avenue
London
E15 4PN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Carbon Savings Ltd t/a WarmaUK Ltd
10059938
1 Swan Street
Wilmslow
SK9 1BQ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Dodd Group (Midlands) Limited
1179878
Stafford Park 13
Telford
TF3 3AZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Foster Building Services Limited
7581435
1 Harbour Square
Wisbech
PE13 3BH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Matthews and Tannert
2242646
Bannerman Road
Kirkby in Ashfield
NG17 8DU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sureserve Compliance Northwest Ltd
4072464
Babbage House, Liverpool Innovation Park
Liverpool
L7 9NJ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sureserve Compliance Central Limited
3193203
13 Southampton Place
London
WC1A 2AJ
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:
: 100 000 000.00
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 conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term.
Please note that the total 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. The total framework value is split amongst the lots and each lot value is specified within the relevant section of this notice.
The framework has been procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM.
EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members' all of which are Contracting Authorities in their own right.
The Framework Agreements being procured by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM.
The organisations entitled to access and use the Framework Agreements awarded at conclusion of the procurement exercise begun by publication of the Contract Notice are:
Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM;
Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right; and
A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM.
EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Public Contracts Regulations 2015 or the Procurement Act 2023.
The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to
1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing
2. Local Authorities, including but not limited to England and List of councils in Wales
3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales
4. All emergency services including Police Forces, fire and rescue departments and emergency medical services
5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments
6. Registered Charities with a relevant link to the core purpose and services provided by EEM
7. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023
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.5) Date of dispatch of this notice
18/08/2025