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

EEM0056 Property Improvements and Decarbonisation Works Framework

  • First published: 07 December 2023
  • Last modified: 07 December 2023

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-03c8b4
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
07 December 2023
Deadline date:
12 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 of this framework agreement will cover Property Improvement Works within our members domestic and commercial property stock and grounds. Contractors appointed to this lot must note that we will not be splitting the framework into specific work streams, therefore bidders must be capable of undertaking, through their own in-house labour or via sub-contractors where required, the entirety of Property Improvement Works covered within the specification.

The works detailed below are not an exhaustive list of works covered by this Framework;

• Bathroom Installations and Associated Works, including Level Access Showers

• Kitchen Installations and Associated Works

• Heating System Installations and Associated Works

• Boiler Installations and Associated Works

• General Plumbing Works

• Adaptations

• Electrical Works

o Electrical upgrades to properties which fail the 18th edition

electrical regulations.

o Electrical installations

o Rewiring and associated electrical works

o Electrical testing and reports

• External Wall Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Loft Insulation

• Roof Works including Re-Roofing, Guttering, Fascia's and Soffit Improvement Works

• Structural Works

• External Property and Grounds Improvement Works including but not limited to:

o New Concrete Path / Hardstanding's and steps

o Resurfacing

o Fencing / Gates

o Galvanised Handrails

o Wall Rendering

o Brick/Block Walling

o Mixing / Casting/ Curing In Situ Concrete

o External Fabric Improvements

o Exterior Wall Cladding Systems.

• Brickwork Repairs and Pointing

• Internal Improvements, Including Stripping Out Preparation and Finishing Works.

• Joinery, Carpentry and Metalwork

• General Builders Work.

• Flooring works

• Wall Tiling

• Plastering Works

• Painting and Decoration Works.

• Alterations and Conversions

• Damp Proofing Works

• Garage Refurbishments to include Structural Repairs.

• Drainage Repairs and Improvements

• Windows and Door Installations

• Fire Doors and Doorsets and Fire Stopping Works.

• Any other Property and Grounds Improvements Works

• Work associated with any of the above listed works.

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

Commercial properties will typically include but not be limited to:

• Commercial business units and office buildings.

• Colleges, Universities and Education centres.

• Student accommodation.

• Hospitals and treatment centres.

• Homes for the elderly including retirement complexes and care facilities for older people.

• Children's homes and centres.

• Academy and school refurbishment and fit out works.

• Community centre.

• Leisure centres and gyms.

• Libraries.

• Pavilions.

• Changing rooms and public toilets.

• Outdoor parks and children's play facilities.

• Outdoor fitness facilities.

• Car Parks.

• Industrial units, depots, and garages.

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: http://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/


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

EEM0056 Property Improvements and Decarbonisation Works Framework

Reference number: EEM0056 (2024 - 2028)

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Efficiency East Midlands (EEM Ltd) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. Our membership has now grown to over 335 members including organisations providing services to the whole public sector including housing associations, local authorities, NHS Trusts, Education Providers and Emergency Services.

EEM Ltd will be conducting a tender exercise for the renewal of our existing Property Improvement Works Framework (EEM0056) which will expire in 2024 with the inclusion of a lot for Decarbonisation works.

The Framework agreement will be for a period of 48 months and is expected to run from 8th April 2024 to 7th April 2028.

EEM reserve the right to appoint maximum of 10 Contractors onto each of the workstream and geographical sublots described below. For the avoidance of doubt we reserve the right to appoint up to 60 Contractors across the below lots.

Lot 1 Domestic and Commercial Property Improvement Works (Under £1M)

o Midlands

o National Coverage

Lot 1 Domestic and Commercial Property Improvement Works (Over £1M)

o Midlands

o National Coverage

Lot 2 Decarbonisation Works (Domestic and Commercial)

o Midlands

o National Coverage

II.1.5) Estimated total value

Value excluding VAT: 150 000 000 000.00  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: Lot 1

II.2.1) Title

Lot 1 - Property Improvement Works (Domestic and Commercial Properties)

II.2.2) Additional CPV code(s)

09331000

09332000

44220000

45100000

45210000

45232141

45232452

45260000

45310000

45320000

45331000

45332000

45333000

45350000

45410000

45421100

45421110

45421111

45421112

45421120

45421130

45421131

45421132

45421141

45421146

45421148

45421151

45421152

45421160

45422000

45430000

45441000

45442100

45442110

45451000

45453000

45454000

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 of this framework agreement will cover Property Improvement Works within our members domestic and commercial property stock and grounds. Contractors appointed to this lot must note that we will not be splitting the framework into specific work streams, therefore bidders must be capable of undertaking, through their own in-house labour or via sub-contractors where required, the entirety of Property Improvement Works covered within the specification.

The works detailed below are not an exhaustive list of works covered by this Framework;

• Bathroom Installations and Associated Works, including Level Access Showers

• Kitchen Installations and Associated Works

• Heating System Installations and Associated Works

• Boiler Installations and Associated Works

• General Plumbing Works

• Adaptations

• Electrical Works

o Electrical upgrades to properties which fail the 18th edition

electrical regulations.

o Electrical installations

o Rewiring and associated electrical works

o Electrical testing and reports

• External Wall Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Loft Insulation

• Roof Works including Re-Roofing, Guttering, Fascia's and Soffit Improvement Works

• Structural Works

• External Property and Grounds Improvement Works including but not limited to:

o New Concrete Path / Hardstanding's and steps

o Resurfacing

o Fencing / Gates

o Galvanised Handrails

o Wall Rendering

o Brick/Block Walling

o Mixing / Casting/ Curing In Situ Concrete

o External Fabric Improvements

o Exterior Wall Cladding Systems.

• Brickwork Repairs and Pointing

• Internal Improvements, Including Stripping Out Preparation and Finishing Works.

• Joinery, Carpentry and Metalwork

• General Builders Work.

• Flooring works

• Wall Tiling

• Plastering Works

• Painting and Decoration Works.

• Alterations and Conversions

• Damp Proofing Works

• Garage Refurbishments to include Structural Repairs.

• Drainage Repairs and Improvements

• Windows and Door Installations

• Fire Doors and Doorsets and Fire Stopping Works.

• Any other Property and Grounds Improvements Works

• Work associated with any of the above listed works.

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

Commercial properties will typically include but not be limited to:

• Commercial business units and office buildings.

• Colleges, Universities and Education centres.

• Student accommodation.

• Hospitals and treatment centres.

• Homes for the elderly including retirement complexes and care facilities for older people.

• Children's homes and centres.

• Academy and school refurbishment and fit out works.

• Community centre.

• Leisure centres and gyms.

• Libraries.

• Pavilions.

• Changing rooms and public toilets.

• Outdoor parks and children's play facilities.

• Outdoor fitness facilities.

• Car Parks.

• Industrial units, depots, and garages.

II.2.5) Award criteria

Criteria below:

Quality criterion: Lot Specific Tender Assessment (Lot 1) / Weighting: 35%

Quality criterion: General Tender Assessment / Weighting: 15%

Cost criterion: Kitchen and Bathroom Rates / Weighting: 5%

Cost criterion: Heating System Installation / Weighting: 4%

Cost criterion: Boiler Installation / Weighting: 4%

Cost criterion: Electrical Rewires Rates / Weighting: 4%

Cost criterion: Roofing Rates / Weighting: 3%

Cost criterion: Schedule of Rates / Weighting: 7%

Cost criterion: Internal Work Rates / Weighting: 4%

Cost criterion: External Work Rates / Weighting: 4%

Cost criterion: Adaptations Rates / Weighting: 4%

Cost criterion: Windows and Doors Rates / Weighting: 3%

Cost criterion: Scenario's / Weighting: 4%

Cost criterion: Labour Rates / Weighting: 2%

Cost criterion: Scaffolding Rates / Weighting: 2%

Cost criterion: Materials (Information Purpose Only) / Weighting: 0

Cost criterion: NHF (Information Purpose Only) / Weighting: 0

Cost criterion: Management Costs (Information Purpose Only) / Weighting: 0

II.2.6) Estimated value

Value excluding VAT: 80 000 000 000.00  GBP

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

II.2.14) Additional information

Lot 1 is split into sublots as follows:

Lot 1 Domestic and Commercial Property Improvement Works (Under £1M)

Sublot - 1

o Midlands 1A - Up to 10 Contractors

o National Coverage 1B - Up to 10 Contractors

Lot 1 Domestic and Commercial Property Improvement Works (Over £1M)

Sublot - 2

o Midlands 2A - Up to 10 Contractors

o National Coverage 2B - Up to 10 Contractors

Lot No: Lot 2

II.2.1) Title

Lot 2 - Decarbonisation Works (Domestic and Commercial Properties)

II.2.2) Additional CPV code(s)

09330000

39715000

44221000

45210000

45232140

45232141

45261215

45261410

45310000

45320000

45330000

45350000

45400000

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

Decarbonisation works consisting of whole house retrofit and estate wide retrofit schemes to domestic properties covering the requirements set out in PAS2035:2019 for the design, supply, installation, and commissioning of retrofit measures to domestic properties including but not limited to:

• LED Lighting

• External Wall Insulation Systems

• Loft Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Underfloor Insulation

• Room In Roof Stud Wall Insulation

• Room In Roof Ceiling Insulation

• Damp Proofing

• Air Tightness

• Ventilation Systems

• Heat Recovery Systems

• Micro-Generation Technologies:

• Electricity Generation Technologies.

o Solar Powered or Pholvolataic (PV) Systems

• Heat Generation Technologies

o Solar Thermal Hot Water

o Air Source Heat Pumps

o Ground Source Heat Pumps

o Bioenergy

• Co-Generation Technologies

o Hydrogen Energy and Fuel Cells

o Combined Heat and Power (CHP)

• Windows and Doors

• Electric Vehicle Charge Points as part of a wider programme of Decarbonisation Works.

• General Building Improvement Works that may be required as part of the Energy Efficiency Project.

• Any works associated with Decarbonisation and Energy Efficiency Measures.

Lot 2 can also be used for any and commercial public sector buildings decarbonisation and energy efficiency measures projects following the relevant industry guidance and legislation.

Members can also use Lot 2 to compliantly procure decarbonisation and energy efficiency contracts they have received funding for and where they are looking to improve EPC ratings on properties.

Domestic Properties

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

Commercial Properties

Commercial properties will typically include but not be limited to:

• Commercial business units and office buildings.

• Colleges, Universities and Education centres.

• Student accommodation.

• Hospitals and treatment centres.

• Homes for the elderly including retirement complexes and care facilities for older people.

• Children's homes and centres.

• Academy and school refurbishment and fit out works.

• Community centre.

• Leisure centres and gyms.

• Libraries.

• Pavilions.

• Changing rooms and public toilets.

• Outdoor parks and children's play facilities.

• Outdoor fitness facilities.

• Car Parks.

• Industrial units, depots, and garages.

The types of funding to be used under this Framework includes but is not limited to Government schemes, such as:

• Energy Company Obligation (ECO)

• Local Authority Delivery (LAD) scheme

• Social Housing Decarbonisation Fund

• Home Upgrade Grant ( HUG )

• Domestic Renewable Heat Incentive (RHI) and/or 3rd party of other relevant funding streams available over the duration of the framework term.

All Contractors appointed to Lot 2 - Decarbonisation works must hold PAS 2030 certification and ensure all works are carried out in accordance with the latest PAS 2035 Standard.

Compliance with PAS 2035/2030:2023, as well as Trustmark registration, is a requirement of domestic retrofit under government energy efficiency schemes.

II.2.5) Award criteria

Criteria below:

Quality criterion: Lot Specific Tender Assessment (Lot 2) / Weighting: 35%

Quality criterion: General Tender Assessment / Weighting: 15%

Cost criterion: Decarbonisation Schedule of Rates / Weighting: 27%

Cost criterion: Scenario / Weighting: 14%

Cost criterion: Labour Rates / Weighting: 7%

Cost criterion: Scaffolding Rates / Weighting: 2%

Cost criterion: NHF (Information Purpose Only) / Weighting: 0

Cost criterion: Management Costs (Information Purpose Only) / Weighting: 0

II.2.6) Estimated value

Value excluding VAT: 70 000 000 000.00  GBP

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

II.2.14) Additional information

Lot 2 is split into the following geographical sublots:

Lot 2 Decarbonisation Works (Domestic and Commercial)

o Midlands - Up to 10 Contractors

o National Coverage - Up to 10 Contractors

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the tender pack.

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.

Envisaged maximum number of participants to the framework agreement: 60

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:

2023/S 000-013750

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

Date: 12/02/2024

Local time: 14:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/02/2024

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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 Agreements for standard Property Improvement and Decarbonisation projects and for complex Property Improvement and Decarbonisation projects may extend for a duration of up to ten years beyond expiry of the four-year term of the Framework. Complex projects may include but not be limited to:

• Contracts requiring a longer mobilisation period.

• Contracts requiring up front investment.

• Contracts subject to additional upfront funding application requirements or

• Contracts involving complex building structures or works including where permitted working times may be required.

• Contracts where on completion of the initial works ongoing monitoring or maintenance might be required.

• Contracts involving new technologies and where there is an element of some data transfer and monitoring to check on the performance, particularly for energy efficiency measures.

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.

For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire and to view the tender documents via Tenderbox access code GQ7Z47A6AS.

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

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

05/12/2023

Coding

Commodity categories

ID Title Parent category
44220000 Builders joinery Structural products
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45422000 Carpentry installation work Joinery and carpentry installation work
45451000 Decoration work Other building completion work
45232140 District-heating mains construction work Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45310000 Electrical installation work Building installation work
45430000 Floor and wall covering work Building completion work
45333000 Gas-fitting installation work Plumbing and sanitary works
45441000 Glazing work Painting and glazing work
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45421110 Installation of door and window frames Joinery work
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45421148 Installation of gates Joinery work
45421152 Installation of partition walls Joinery work
45421141 Installation of partitioning Joinery work
45421146 Installation of suspended ceilings Joinery work
45421120 Installation of thresholds Joinery work
45421112 Installation of window frames Joinery work
45421132 Installation of windows Joinery work
45320000 Insulation work Building installation work
45421160 Ironmongery work Joinery work
45350000 Mechanical installations Building installation work
45453000 Overhaul and refurbishment work Other building completion work
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45330000 Plumbing and sanitary works Building installation work
45453100 Refurbishment work Overhaul and refurbishment work
45454000 Restructuring work Other building completion work
45261410 Roof insulation work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45100000 Site preparation work Construction work
09330000 Solar energy Electricity, heating, solar and nuclear energy
09332000 Solar installation Solar energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
09331000 Solar panels Solar energy
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances
44221000 Windows, doors and related items Builders joinery

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.