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

EEM0009 Electrical Repairs, Maintenance & Installation Framework

  • First published: 23 March 2024
  • Last modified: 23 March 2024

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-040ed4
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
23 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

(

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

)

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

(

https://www.southeastconsortium.org.uk

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

)

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

(

https://www.advantagesouthwest.co.uk

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

)

EEM have awarded an Electrical Repairs, Maintenance and Installation Framework to replace our existing Framework which expired on 1st March 2024.

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

Alfreton

UK

Contact person: Olivia Broome

Telephone: +44 1246395610

E-mail: olivia@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

EEM0009 Electrical Repairs, Maintenance & Installation Framework

II.1.2) Main CPV code

50000000

 

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

(

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

)

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

(

https://www.southeastconsortium.org.uk

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

)

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

(

https://www.advantagesouthwest.co.uk

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

)

EEM have awarded an Electrical Repairs, Maintenance and Installation Framework to replace our existing Framework which expired on 1st March 2024.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 300 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Midlands

II.2.2) Additional CPV code(s)

31214500

31681300

45310000

50000000

51110000

II.2.3) Place of performance

NUTS code:

UKF

UKG


Main site or place of performance:

Derbyshire, Nottinghamshire, Leicestershire, Lincolnshire, Rutland and Northamptonshire, Herefordshire, Worcestershire, Warwickshire, Shropshire, Staffordshire, and West Midlands

II.2.4) Description of the procurement

EEM have awarded an Electrical Repairs, Maintenance and Installation Framework to replace our existing Framework which expired on 1st March 2024.

Lot 1 is for specified geographical locations - these cover the specific regions (and Counties) stated and will be used as and when Members have a requirement within a single or multiple regions. Where the requirement covers multiple regions, it would need to be within one of the defined areas i.e. multiple regions within the Midlands.

For each specific geographical region lot Contractors MUST be able to provide the services in at least five of the sub regions (Counties) listed. Eight Contractors have been appointed to each of the sub lots. The defined geographical lots will be used by our Members who sit within one defined region or who have a requirement within one defined region.

The main requirements under the EEM0009 Electrical Repairs, Maintenance & Installation Framework are to provide the following services for electrical repairs, rewires and periodic testing on all identified electronic installations as well as the installation of electric heating, PAT Testing and assist with solar maintenance to be readily available across the areas that we cover either by direct award or via mini competition.

All successful bidders from this Frameworks must be able to cover the services below as a minimum but not limited to:

•EICR Tests and Inspections

•PAT Testing

•Solar Photovoltaic (PV Installation & Maintenance)

•Repairs and Replacement of Equipment

•Electrical Installation and Re-wires

•Electrical Heating

•Fixed Appliance Testing

•Thermal Imaging of Distribution Boards

•Electric Vehicle Charging Points Maintenance

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40%

Quality criterion: Selection Questionnaire / Weighting: Pass/Fail

Quality criterion: Minimum Competence / Weighting: Pass/Fail

Cost criterion: Electrical SOR / Weighting: 18%

Cost criterion: EICR Testing / Weighting: 10%

Cost criterion: Solar PV Installation / Weighting: 4%

Cost criterion: Rewire Type A (1 Bed) / Weighting: 5%

Cost criterion: Rewire Type B (2 Bed) / Weighting: 5%

Cost criterion: Rewire Type C (3 Bed) / Weighting: 5%

Cost criterion: Rewire Type D (4 Bed) / Weighting: 5%

Cost criterion: Scenarios / Weighting: 8%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

National Coverage

II.2.2) Additional CPV code(s)

31214500

31681300

45310000

50000000

51110000

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

EEM have awarded an Electrical Repairs, Maintenance and Installation Framework to replace our existing Framework which expired on 1st March 2024.

Lot 2 is for National Coverage - this lot will be used where a Member owns, manages and maintains properties across multiple regions. i.e. they have properties in the Midlands, London and South West. It will also be used for any current or new Members that sit outside of our core geographical regions i.e. a new Member based in Wales.

For each specific geographical region lot Contractors MUST be able to provide the services in at least five of the sub regions (Counties) listed. Eight contractors have been appointed to each of the sub lots. The defined geographical lots will be used by our Members who sit within one defined region or who have a requirement within one defined region.

The main requirements under the EEM0009 Electrical Repairs, Maintenance & Installation Framework are to provide the following services for electrical repairs, rewires and periodic testing on all identified electronic installations as well as the installation of electric heating, PAT Testing and assist with solar maintenance to be readily available across the areas that we cover either by direct award or via mini competition.

All successful bidders from this Frameworks must be able to cover the services below as a minimum but not limited to:

•EICR Tests and Inspections

•PAT Testing

•Solar Photovoltaic (PV Installation & Maintenance)

•Repairs and Replacement of Equipment

•Electrical Installation and Re-wires

•Electrical Heating

•Fixed Appliance Testing

•Thermal Imaging of Distribution Boards

•Electric Vehicle Charging Points Maintenance

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40%

Quality criterion: Selection Questionnaire / Weighting: Pass/Fail

Quality criterion: Minimum Competence / Weighting: Pass/Fail

Cost criterion: Electrial SOR / Weighting: 18%

Cost criterion: EICR Testing / Weighting: 10%

Cost criterion: Solar PV Installation / Weighting: 4%

Cost criterion: Rewire Type A (1 Bed) / Weighting: 5%

Cost criterion: Rewire Type B (2 Bed) / Weighting: 5%

Cost criterion: Rewire Type C (3 Bed) / Weighting: 5%

Cost criterion: Rewire Type D (4 Bed) / Weighting: 5%

Cost criterion: Scenarios / Weighting: 8%

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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-031464

Section V: Award of contract

Lot No: 1

Title: Electrical Repairs, Maintenance & Installation - (Midlands)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2024

V.2.2) Information about tenders

Number of tenders received: 23

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

V.2.3) Name and address of the contractor

Aaron Services Ltd

03193203

Kent

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Dodd Group (Midlands) Ltd

01179878

Telford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Wiggett Group Ltd

09644698

Brentwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P K Electrical Ltd t/a PK Group

04323137

Chesterfield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UK Gas Services Ltd

2976617

Leicester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Electrical Compliance and Safety Ltd

09468049

Castleford

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Specialised Electrical Solutions Ltd

14012475

Dorking

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Peel Electrical Ltd

04717405

Stanton By Dale

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: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Electrical Repairs, Maintenance & Installation - (National)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/03/2024

V.2.2) Information about tenders

Number of tenders received: 18

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

V.2.3) Name and address of the contractor

Dodd Group (Midlands) Ltd

01179878

Telford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

P K Electrical Ltd t/a PK Group

04323137

Chesterfield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Independent Testing Company Inc Ltd

08226393

Worksop

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Electrical Compliance and Safety Ltd

09468049

Castleford

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Specialised Electrical Solutions Ltd

14012475

Dorking

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PFL Electrical Ltd

04790446

London

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GAP Property Services (Leicester) Ltd

07302993

Leicester

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AJS Ltd

2944618

Dagenham

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: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond

expiry of the 4-year framework term. Please note that the total 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 - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)

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

Advantage South West

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

and South East Consortium

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

A full list of current members is available at

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

London

UK

VI.5) Date of dispatch of this notice

22/03/2024

Coding

Commodity categories

ID Title Parent category
31214500 Electric switchboards Switchgear
31681300 Electrical circuits Electrical accessories
45310000 Electrical installation work Building installation work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
50000000 Repair and maintenance services Other 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:
olivia@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.