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