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

EEM0063 Communal Entrance Doors Framework (25-29)

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-048a73
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
26 March 2025
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 includes public sector organisations including housing associations and ALMO's, local authorities, NHS trusts, education providers, emergency 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.

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

EEM have awarded an Communal Entrance Doors Framework (EEM0063) to replace the existing Framework which expired on 10th January 2025.

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

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UK

Internet address(es)

Main address: https://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

EEM0063 Communal Entrance Doors Framework (25-29)

Reference number: EEM0063 (25/29)

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 includes public sector organisations including housing associations and ALMO's, local authorities, NHS trusts, education providers, emergency 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.

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

EEM have awarded an Communal Entrance Doors Framework (EEM0063) to replace the existing Framework which expired on 10th January 2025.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 255 000 000.00  GBP

II.2) Description

Lot No: Lot 1

II.2.1) Title

Supply and Installation of Aluminium Communal Entrance Doors (including maintenance)

II.2.2) Additional CPV code(s)

42961100

44221200

44221211

44221220

44521100

44521110

44523000

45421100

45421111

45421131

45421160

50610000

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

Contractors appointed to our Communal Entrance Door Framework (EEM0063) will cover the design, manufacture, supply and installation of aluminium communal entrance doors and doorsets in a range of sizes, colour, finishes and door furniture and hardware options including entrance door maintenance on a basic or comprehensive basis with a responsive service for inoperable doors and urgent repairs.

Coverage will be National - Contractors are be able to provide services in at least 5 of the

locations listed below:

North East (England)

North West (England)

Yorkshire and the Humber

East Midlands (England)

West Midlands (England)

East of England

London

South East (England)

South West (England)

Wales

II.2.5) Award criteria

Quality criterion: Method Statement Assessment / Weighting: Pass/Fail

Quality criterion: Pass/Fail Questions / Weighting: Pass/Fail

Quality criterion: Interview and Presentation / Weighting: 40%

Cost criterion: Survey & Associated SOR's / Weighting: 7.5%

Cost criterion: Supply & Install SOR's / Weighting: 20%

Cost criterion: Maintenance SOR's / Weighting: 15%

Cost criterion: Supply & Install Scenarios / Weighting: 5%

Cost criterion: Maintenance Scenarios / Weighting: 5%

Cost criterion: Labour & Call Out Rates / Weighting: 7.5%

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

II.2.1) Title

Supply and Installation of Steel Communal Entrance Doors (including maintenance)

II.2.2) Additional CPV code(s)

14622000

42961100

44221200

44221210

44221211

44221220

44520000

45421111

45421131

50710000

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 2 of this framework covers the supply, installation and maintenance of steel communal entrance doors to include the renewal of access control systems.

Services delivered via this framework will be to domestic and commercial properties. There may be occasions where a member requires contractors to enter occupied premises for requirements.

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

Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages.

Coverage will be National - Contractors are able able to provide services in at least 5 of the locations listed below:

North East (England)

North West (England)

Yorkshire and the Humber

East Midlands (England)

West Midlands (England)

East of England

London

South East (England)

South West (England)

Wales

II.2.5) Award criteria

Quality criterion: Method Statement Assessments / Weighting: Pass/Fail

Quality criterion: Pass/Fail Questions / Weighting: Pass/Fail

Quality criterion: Interview and Presentation / Weighting: 40%

Cost criterion: Survey and Associated Schedule of Rates / Weighting: 7.5%

Cost criterion: Supply and Installation Schedule of Rates / Weighting: 20%

Cost criterion: Maintenance Schedule of Rates / Weighting: 15%

Cost criterion: Supply & Install Scenarios / Weighting: 5%

Cost criterion: Maintenance Scenarios / Weighting: 5%

Cost criterion: Labour and Call Out Rates / Weighting: 7.5%

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:

2024/S 000-031737

Section V: Award of contract

Lot No: Lot 1

Title: Supply and Installation of Aluminium Communal Entrance Doors (including maintenance)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/01/2025

V.2.2) Information about tenders

Number of tenders received: 5

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

01820820

Stockport

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

EA-RS Fire Engineering T/A CCSS Fire & Security Ltd

03543850

Essex

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Grosvenor Aptec Ltd

02765275

Wrexham

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Security Surveillance Ltd

03110764

Bickerstaffe

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bradbury Group Ltd

02752887

Scunthorpe

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: Lowest offer: 1.00  GBP / Highest offer: 155 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2

Title: Supply and Installation of Steel Communal Entrance Doors (including maintenance)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/01/2025

V.2.2) Information about tenders

Number of tenders received: 3

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

V.2.3) Name and address of the contractor

ABCA Systems T/A HBS Fabrication NW Ltd

12447643

Clitheroe

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Martec Engineering Ltd

SC165315

Glasgow

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: Lowest offer: 1.00  GBP / Highest offer: 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 which began by publication of the Contract Notice 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 term 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 stated a maximum of suppliers to be appointed to the Framework, this means within each lot.

This framework has been procured and awarded by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised to access the frameworks and other public procurement tools provided by EEM.

EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are Contracting Authorities in their own right. The Framework Agreements being procured and awarded by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM.

The organisations entitled to access and use the Framework Agreement being awarded at conclusion of the procurement exercise which began by publication of the Contract Notice are:

Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM;

Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right and

A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM

EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Public Contracts Regulations 2015 or the Procurement Act 2023

The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation.

Registered Social Landlords in England and Wales, including but not limited to

1. Registered Social Landlords in England andWales, including but not limited to

https://www.gov.uk/government/publications/registered-providers-of-social-housing

(https://www.gov.uk/government/publications/registeredproviders-of-social-housing)

2. Local Authorities, including but not limited to England and List of councils in Wales

3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated CareBoards or Partnerships, GP federations and other health and social care providers within England and Wales

4. All emergency services including Police Forces, fire and rescue departments and emergency medical services

5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments

6. Registered Charities with a relevant link to the core purpose and services provided by EEM

7. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
44221210 Door blanks Windows, doors and related items
44221211 Door frames Windows, doors and related items
44521110 Door locks Miscellaneous padlocks and locks
44221200 Doors Windows, doors and related items
44221220 Fire doors Windows, doors and related items
44523000 Hinges, mountings and fittings Locks, keys and hinges
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421160 Ironmongery work Joinery work
44521100 Locks Miscellaneous padlocks and locks
44520000 Locks, keys and hinges Tools, locks, keys, hinges, fasteners, chain and springs
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
14622000 Steel Alloys

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.