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

Communal Entrance Doors Framework

  • First published: 20 January 2021
  • Last modified: 20 January 2021

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:
Published by:
Efficiency East Midlands Ltd
Authority ID:
AA20164
Publication date:
20 January 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. Contractors appointed to Lot 1 Midlands will support members in the Midlands with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or loss prevention certificate board certified through PAS 24, STS 202 BR2 or LPS SR2/1175;

• vandal resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then contracting authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Efficiency East Midlands Ltd

Unit 3 Maisies Way, The Village

Derbyshire

DE55 2DS

UK

Contact person: Amy

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.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

Communal Entrance Doors Framework

Reference number: EEM0063

II.1.2) Main CPV code

45421131

 

II.1.3) Type of contract

Works

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 205 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:

www.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.uk

EEM conducted this procurement exercise and have subsequently awarded and entered into framework agreements with contractors for the provision of communal entrance doors and associated hardware and furniture. The framework has been awarded based on geographical lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 871 333.00  GBP/ Highest offer: 1 071 991.00  GBP

II.2) Description

Lot No: Lot 1 Midlands

II.2.1) Title

Communal Entrance Doors Framework (EEM0063)

II.2.2) Additional CPV code(s)

45421100

44221200

42961100

44221220

44521110

44221211

45421131

45421111

44221210

44221212

44221213

45300000

45350000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. Contractors appointed to Lot 1 Midlands will support members in the Midlands with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or loss prevention certificate board certified through PAS 24, STS 202 BR2 or LPS SR2/1175;

• vandal resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then contracting authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

II.2.5) Award criteria

Quality criterion: Minimum framework requirements assessment (pass/ fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Survey and associated schedule of rates / Weighting: 5 %

Cost criterion: Supply and installation schedule of rates / Weighting: 5 %

Cost criterion: Maintenance schedule of rates / Weighting: 5 %

Cost criterion: Installation scenario's / Weighting: 20 %

Cost criterion: Maintenance scenario's / Weighting: 20 %

Cost criterion: Labour and call out 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

Lot No: Lot 2 South West

II.2.1) Title

Communal Entrance Doors Framework (EEM0063)

II.2.2) Additional CPV code(s)

45421100

44221200

42961100

44221220

44521110

44221211

45421131

45421111

44221210

44221212

44221213

45300000

45350000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. Contractors appointed to Lot 2 South West will support members in the South West with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or Loss Prevention Certificate Board certified through PAS 24, STS 202 BR2 or LPS SR2/ 1175;

• vandal Resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then contracting authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

II.2.5) Award criteria

Quality criterion: Minimum framework requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Survey and associated schedule of rates / Weighting: 5 %

Cost criterion: Supply and installation schedule of rates / Weighting: 5 %

Cost criterion: Maintenance schedule of rate / Weighting: 5 %

Cost criterion: Installation scenario's / Weighting: 20 %

Cost criterion: Maintenance scenario's / Weighting: 20 %

Cost criterion: Labour and call out 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

Lot No: Lot 3 London and The South East

II.2.1) Title

Communal Entrance Doors Framework (EEM0063)

II.2.2) Additional CPV code(s)

45421100

44221200

42961100

44221220

44521110

44221211

45421131

45421111

44221210

44221212

44221213

45300000

45350000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. Contractors appointed to Lot 3 London and the South East will support members in London and the South East with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or Loss Prevention Certificate Board certified through PAS 24, STS 202 BR2 or LPS SR2/ 1175;

• vandal resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then contracting authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

II.2.5) Award criteria

Quality criterion: Minimum framework requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Survey and associated schedule of rates / Weighting: 5 %

Cost criterion: Supply and installation schedule of rates / Weighting: 5 %

Cost criterion: Maintenance schedule of rates / Weighting: 5 %

Cost criterion: Installation scenario's / Weighting: 20 %

Cost criterion: Maintenance scenario's / Weighting: 20 %

Cost criterion: Labour and call out 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

Lot No: Lot 4 The North

II.2.1) Title

Communal Entrance Doors Framework (EEM0063)

II.2.2) Additional CPV code(s)

45421100

44221200

42961100

44221220

44521110

44221211

45421131

45421111

44221210

44221212

44221213

45300000

45350000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. Contractors appointed to Lot 4 The North will support members in The North with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition.;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or Loss Prevention Certificate Board certified through PAS 24, STS 202 BR2 or LPS SR2/1175;

• vandal resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then Contracting Authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

II.2.5) Award criteria

Quality criterion: Minimum framework requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Survey and associated schedule of rates / Weighting: 5 %

Cost criterion: Supply and installation schedule of rates / Weighting: 5 %

Cost criterion: Maintenance schedule of rate / Weighting: 5 %

Cost criterion: Installation scenario's / Weighting: 20 %

Cost criterion: Maintenance scenario's / Weighting: 20 %

Cost criterion: Labour and call out 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

Lot No: Lot 5 National Coverage

II.2.1) Title

Communal Entrance Doors Framework (EEM0063)

II.2.2) Additional CPV code(s)

45421100

44221200

42961100

44221220

44521110

44221211

45421131

45421111

44221210

44221212

44221213

45300000

45350000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Efficiency East Midlands (EEM) carried out this tender exercise on behalf of our membership to establish a communal entrance door framework. contractors appointed to Lot 5 will support members nationally with a solution for the supply and installation of communal entrance doors and associated door furniture, door access and automation associated with communal entrance doors including reactive communal door service and maintenance agreements.

The framework will cover the design, manufacture, supply and installation of aluminium communal entrance doors all doors will be:

• designed to meet the requirements of the building regulations;

• available in a range of design and access options to ensure equality act compliance;

• available with a range of hardware, furniture and door entry and access control provisions;

• compliant with relevant British standards including BS EN 14351-1 latest edition and BS 6375 latest edition;

• covered by a minimum 10-year guarantee;

• secured by design, Certisecure or Loss Prevention Certificate Board certified through PAS 24, STS 202 BR2 or LPS SR2/ 1175;

• vandal resistance reducing maintenance costs for landlords;

• CE marked products to ensure conformity with health and safety and environmental standards;

• available in 30 and 60 minute fire rated doorsets.

In addition to the above listed, the framework will also cover maintenance of communal entrance doors and automatic operators with provision for responsive call outs. Maintenance options will include for basic and comprehensive maintenance covering planned preventative maintenance and responsive maintenance.

Framework contractors have sufficient capacity and resource to attend responsive callout requests from the contracting authority for inoperable doors or doors requiring urgent repair. Contractors will attend to inoperable doors and doors failing to close within a 4-hour response period unless an alternative service level response is agreed during the framework call-off process.

Call-off contracts via this framework will predominantly be for communal entrance door installation or maintenance however, door entry system installations will be permitted providing it forms part of a communal entrance door installation and or maintenance contract and does not form the core works to be awarded. Where door entry systems work outweighs communal entrance door requirements then Contracting Authorities should look to utilise EEM0037 — door entry and CCTV framework.

All of the services described above are mandatory elements covered by the framework and appointed contractors are able to deliver all elements of the works required.

Contractors appointed to this lot can cover a minimum of 3 regions/counties covered by the lot.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in Section VI.3) as being authorised users. 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. The estimated lot value as described in II.2.6) takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the geographical lots.

II.2.5) Award criteria

Quality criterion: Minimum framework requirements assessment (pass/fail) / Weighting: 0

Quality criterion: Method statement assessment questions / Weighting: 40 %

Cost criterion: Survey and associated schedule of rates / Weighting: 5 %

Cost criterion: Supply and installation schedule of rates / Weighting: 5 %

Cost criterion: Maintenance schedule of rate / Weighting: 5 %

Cost criterion: Installation Scenario's / Weighting: 20 %

Cost criterion: Maintenance scenario's / Weighting: 20 %

Cost criterion: Labour and call out 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:

2020/S 199-483794

Section V: Award of contract

Lot No: Lot 1 Midlands

Contract No: EEM0063

Title: Communal Entrance Doors Framework (EEM0063)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK4 1NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBS Fabrication NW Ltd

42 York Street

Clitheroe

BB7 2AL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 871 333.50  GBP / Highest offer: 1 030 761.50  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2 South West

Contract No: 2

Title: Communal Entrance Doors Framework (EEM0063)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK4 1NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 30 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3 London and The South East

Contract No: 3

Title: Communal Entrance Doors Framework (EEM0063)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK4 1NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 30 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4 The North

Contract No: 4

Title: Communal Entrance Doors Framework (EEM0063)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK4 1NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBS Fabrication NW Ltd

42 York Street

Clitheroe

BB7 2AL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 871 333.50  GBP / Highest offer: 1 030 761.50  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 5 National Coverage

Contract No: 5

Title: Communal Entrance Doors Framework (EEM0063)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

F. Bamford (Engineering) Ltd

Ajax Works, Whitehill

Stockport

SK4 1NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBS Fabrication NW Ltd

42 York Street

Clitheroe

BB7 2AL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 871 333.50  GBP / Highest offer: 1 071 991.96  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 potential value of GBP 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 framework has been tendered and awarded based on the following lots:

Lot 1: Midlands,

Lot 2: South West,

Lot 3: London and the South East,

Lot 4: The North,

Lot 5: National Coverage.

This framework has been procured by Efficiency East Midlands Ltd (EEM Ltd) 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 — Westworks(www.westworks.org.uk), Advantage South West (www.advantagesouthwest.co.uk) and South East Consortium (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) based within England and Wales which owns and/ or maintains/manages housing stock in one or more geographic area in which it operates and/or is an NHS Trust (which includes acute trusts, mental health trusts, care service trusts and ambulance trusts) or an organisation, police authority, fire authority, ambulance trust, university, higher/further education college, school or academy or other public sector organisation.

Further details regarding the authorised users of this framework can be found within the tender documents.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

E-mail: amy@eem.org.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

E-mail: amy@eem.org.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

Telephone: +44 2072761234

VI.5) Date of dispatch of this notice

15/01/2021

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
45300000 Building installation work Construction work
44221210 Door blanks Windows, doors and related items
44221211 Door frames Windows, doors and related items
44521110 Door locks Miscellaneous padlocks and locks
44221212 Door screens Windows, doors and related items
44221213 Door thresholds Windows, doors and related items
44221200 Doors Windows, doors and related items
44221220 Fire doors Windows, doors and related items
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421100 Installation of doors and windows and related components Joinery work
45350000 Mechanical installations Building installation work

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.