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

EEM0053 Passive Fire Protection

  • First published: 01 December 2022
  • Last modified: 01 December 2022

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:
ocds-h6vhtk-034021
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
01 December 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework will provide EEM Members with a route to procure the services, but not be

restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment

works or FRA services have a purpose of enhancing quality performance whilst reducing long

term issues and delivering a compliant solutions with value for money. There are some

passive fire principles, that we are to ensure our Member are provided with from any calls off

from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Unit 3, Maises Way

Alfreton

DE55 2DS

UK

Contact person: Roger Martin

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UK

Internet address(es)

Main address: https://eem.org.uk/

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

EEM0053 Passive Fire Protection

II.1.2) Main CPV code

75251110

 

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 294 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 consortia

-Westworks, South East Consortium and Advantage South West.

The membership list for these three consortia may be obtained from the following website

addresses:

(https://www.westworks.org.uk)

(https://www.southeastconsortium.org.uk)

(https://www.advantagesouthwest.co.uk)

EEM have conducted this tender exercise to procure a Passive Fire Protection Framework to replace the existing Framework which will expire late 2022. The Framework will provide EEM Members with a provision for their Passive Fire Protection including but not limited to:

Carrying out surveys, fire door installs and repairs, compartmental surveys and remedial works, covering high and low rise buildings.

The Framework agreement will be for a period of 48 months, running from Monday 21st November 2022 to 20th November 2026.

A maximum of 8 Contractors were appointed onto each of the geographical lots of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in.

The Framework enables EEM to cover the UK under the following sub lots:

Lot 1 has been created to support Members with the geographical area Midlands.

Lot 2 has been created to support Members with the geographical area London.

Lot 3 has been created to support Members on a National basis.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 166 220 833.00  GBP

II.2) Description

Lot No: 1 (Midlands)

II.2.1) Title

EEM0053 Passive Fire Protection

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

II.2.3) Place of performance

NUTS code:

UKF

UKG


Main site or place of performance:

Lot 1 has been created to support Members covering the geographical area, Midlands

II.2.4) Description of the procurement

The Framework will provide EEM Members with a route to procure the services, but not be

restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards. All installs, refurbishment

works or FRA services have a purpose of enhancing quality performance whilst reducing long

term issues and delivering a compliant solutions with value for money. There are some

passive fire principles, that we are to ensure our Member are provided with from any calls off

from this Framework:

• Protecting escape routes by keeping safe waypoints

• Protecting building integrity

• Resisting heat conduction (insulation)

II.2.5) Award criteria

Quality criterion: MS1.1 Statement of Experience / Weighting: 10%

Quality criterion: MS1.2 Competence & Training / Weighting: 10%

Quality criterion: MS1.3 Resource & Capacity / Weighting: 10%

Quality criterion: MS2.1 Contract Management / Weighting: 8%

Quality criterion: MS2.2 Customer Care & Tenant Liaison / Weighting: 8%

Quality criterion: MS2.3 Supply Chain / Weighting: 8%

Quality criterion: MS2.4 Waste Management / Weighting: 8%

Quality criterion: MS2.5 Management of Risk & Health and Safety / Weighting: 8%

Quality criterion: MS3.1 Case Study & Scenario / Weighting: 20%

Quality criterion: MS4.1 Working With Procurement Consortia / Weighting: 5%

Quality criterion: MS4.2 Pricing / Weighting: 5%

Cost criterion: Consultancy Cost / Weighting: 5%

Cost criterion: Compartmentalisation Schedule / Weighting: 15%

Cost criterion: Door & Glazing Schedule / Weighting: 15%

Cost criterion: Survey Schedule / Weighting: 10%

Cost criterion: Compartmentation Works Schedule / Weighting: 5%

Cost criterion: Door Works Scenario / Weighting: 5%

Cost criterion: Survey Schedule / 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

Lot No: 2 (London)

II.2.1) Title

Lot 2 London

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Lot 2 has been created to support Members in appointing experienced and competent Contractors to undertake the passive fire protection services in the Midlands

II.2.4) Description of the procurement

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards.

II.2.5) Award criteria

Quality criterion: MS1.1 Statement of Experience / Weighting: 10%

Quality criterion: MS1.2 Competence & Training / Weighting: 10%

Quality criterion: MS1.3 Resource & Capacity / Weighting: 10%

Quality criterion: MS2.1 Contract Management / Weighting: 8%

Quality criterion: MS2.2 Customer Care & Tenant Liaison / Weighting: 8%

Quality criterion: MS2.3 Supply Chain / Weighting: 8%

Quality criterion: MS2.4 Waste Management / Weighting: 8%

Quality criterion: MS2.5 Management of Risk and Health & Safety / Weighting: 8%

Quality criterion: MS3.1 Case Study / Weighting: 20%

Quality criterion: MS4.1 Working with Consortia / Weighting: 5%

Quality criterion: MS4.2 Pricing / Weighting: 5%

Cost criterion: Consultancy Cost / Weighting: 5%

Cost criterion: Compartmentation Schedule / Weighting: 15%

Cost criterion: Door & Glazing Schedule / Weighting: 15%

Cost criterion: Survey Schedule / Weighting: 10%

Cost criterion: Compartmentation Works Schedule / Weighting: 5%

Cost criterion: Door Works Scenario / Weighting: 5%

Cost criterion: Survey Schedule / 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

Lot No: 3 (National)

II.2.1) Title

Lot 3 National

II.2.2) Additional CPV code(s)

45343000

71315400

71631300

75251110

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Lot 3 has been created to support Members in appointing experienced and competent Contractors to undertake the passive fire protection services in the Midlands

II.2.4) Description of the procurement

The Framework will provide EEM Members with a route to procure the services, but not be restricted to the following list:

• Fire Risk Assessment (FRA)

• Fire Protection Consultancy

• Passive Fire Protection strategy and advice.

• CDM & Building Regulation Assistant Management including designing.

• Fire Engineers Services.

• Supply and fit of fire doorset and associated areas including and fire door repairs.

• Building escape route surveys.

• Compartmentation survey and projects.

• Fire Signage

• EWS Forms (External Wall Systems) process and forms.

• Expert Witness Advice.

• Low rise cladding services

• High rise cladding services

All works must comply to the current safety regulations standards.

II.2.5) Award criteria

Quality criterion: MS1.1 Statement of Experience / Weighting: 10%

Quality criterion: MS1.2 Competence & Training / Weighting: 10%

Quality criterion: MS1.3 Resource & Training / Weighting: 10%

Quality criterion: MS2.1 Contract Management / Weighting: 8%

Quality criterion: MS2.2 Customer Care & Tenant Liaison / Weighting: 8%

Quality criterion: MS2.3 Supply Chain / Weighting: 8%

Quality criterion: MS2.4 Waste Management / Weighting: 8%

Quality criterion: MS2.5 Management of Risk and Health & Safety / Weighting: 8%

Quality criterion: MS3.1 Case Study / Weighting: 20%

Quality criterion: MS4.1 Working With Procurement Consortia / Weighting: 5%

Quality criterion: MS4.2 Pricing / Weighting: 5%

Cost criterion: Consultancy Cost / Weighting: 5%

Cost criterion: Compartmentation Schedule / Weighting: 15%

Cost criterion: Door & Glazing Schedule / Weighting: 15%

Cost criterion: Survey Schedule / Weighting: 10%

Cost criterion: Compartmentation Works Scenario / Weighting: 5%

Cost criterion: Door Works Scenario / Weighting: 5%

Cost criterion: Survey Scenario / 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:

2022/S 000-014715

Section V: Award of contract

Lot No: Lot One Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/11/2022

V.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 12

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Harmony Fire

10427303

Half Acre House, Tintinhull Road,

Yeovil

BA22 8QX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Decorating Group

SC114142

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fieldway Supplies Ltd

5743944

Unit 12, Paramount Business Park, Wilson Road

Liverpool

L36 6AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Openview Security Solutions

3376202

Openview House, Cheasham Close

Romford

RM7 7PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View

Plymouth

PL6 7TL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ashley & McDonough Ltd

54267731

Ashley Business Centre, Warrington Road

Prescot

L34 5RR

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Neo Property Solutions

6307859

13 Flemming Court,

Castleford

WF10 5HW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Adaston Ltd

10453542

4 Greengate, Cardale Park

Harrogate

HG3 IGY

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: : 160 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2 London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/11/2022

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Harmony Fire

10427303

Half Acre House, Tintinhull Road

Yeovil

BA22 8QX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Decorating Group

SC114142

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fieldway Supplies

5743944

Unit 12, Paramount Business Park, Wilson Road

Liverpool

L36 6AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Openview Security Solutions Ltd

3376202

Openview House, Cheasham Close

Romford

RM7 7PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View

Plymouth

PL6 7TL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ashley McDonough

54267731

Ashley Business Centre, Warrington Road

Prescot

L34 5RR

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Neo Property Solutions Ltd

6307859

13 Flemming Court

Castleford

WF10 5HW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Adaston Ltd

10453542

4 Greengate, Cardale Park

Harrogate

HG3 1GY

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: : 160 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3 National

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/11/2022

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Harmony Fire

10427303

Half Acre House, Tintinhull Road

Yeovil

BA22 8QX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Decorating Group

SC114142

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fieldway Supplies

5743944

Unit 12, Paramount Business Park, Wilson Road

Liverpool

L36 6AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Openview Security Solutions Ltd

3376202

Openview House, Cheasham Close

Romford

RM7 7PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View,

Plymouth

PL6 7TL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ashley & McDonough Ltd

54267731

Ashley Business Centre, Warrington Road

Prescot

L34 5RR

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Neo Property Services

6307859

13 Fleming Court

Castleford

WF10 5HW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Adaston Ltd

10453542

4 Greengate, Cardale Park,

Harrogate

HG3 1GY

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: : 160 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Any call-off contracts 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 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, this means within each lot. (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 partners consortia

www.westworks.org.uk

(https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

A full list of current members is available at

www.eem.org.uk (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;

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand,

London

WC2A 2AS

UK

VI.5) Date of dispatch of this notice

30/11/2022

Coding

Commodity categories

ID Title Parent category
71315400 Building-inspection services Building services
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
71631300 Technical building-inspection services Technical inspection 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.