Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3, Maises Way
Alfreton
DE55 2DS
UK
Contact person: Roger Martin
Telephone: +44 1246395610
E-mail: Tenders@eem.org.uk
NUTS: UK
Internet address(es)
Main address: https://eem.org.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Windows and Doors
Reference number: EEM0073
II.1.2) Main CPV code
44221000
II.1.3) Type of contract
Supplies
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 251 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)
www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)
www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)
EEM wishes to procure and enter into framework agreements with multiple Service providers for the Supply & Supply and Installation of Windows and Doors as well as Composite Fire Doors.
The framework will be tendered and awarded based on the following lots:
Lot 1 - Supply only of Windows and Doors
Lot 2 - Supply and Installation of Windows and Doors
Lot 3 - Supply only of Composite Fire Door Sets
Lot 4 Supply and Installation of Composite Fire Doors Sets
Contracting Authorities who require a service provider to provide replacement Window and Doors & Composite Fire Door Sets can compliantly procure a single contractor via EEM0073.
Contracting Authorities can use either a Direct Selection or Mini Competition to appoint a service provider and only the service providers who sit on the Framework.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
5 000 000.00
GBP/ Highest offer:
249 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Supply Only of Windows and Doors
II.2.2) Additional CPV code(s)
44221000
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
Efficiency East Midlands (EEM LTD) carried out the tender exercise to provide our Members with compliant Framework for the Provision of the supply of Windows and Doors.
Lot One will provide EEM Members with a route to procure Windows and Doors on a Supply only basis.
The Windows and doors on offer will be utilised by EEM Members across their property stock, including but not limited to domestic, public and commercial properties.
The suppliers on Lot One will be able to offer EEM Members the following:
PVCu Windows
PVCu Door Sets including Patio Doors
Composite Door Sets
Aluminium Windows were included as an optional requirement.
As a minimum requirement products supplied need to comply with relevant standards and windows and door test evidence needs to have complied with the relevant British Standard or Product Assessment Scheme as well as be certified by a UKAS accredited body such as BSI Kitemark, BM Trada or similar.
Door Hardware needs to comply with the corrosion resistance standards of BS EN 1670
Door Thermal Performance needs to meet the energy efficiency provisions of Building Regulations Part L
Door Weather performance needs to meet a minimum 800 Exposure Category as classified in BS 6375-1
All relevant products supplied via this Framework must be Secure by Design and comply with PAS24
All Windows supplied need to conform to
BSI Kitemark accreditation to BS7412, PAS24, BSEN ISO 9001, Disabilities discriminations act part 3, Housing Providers Disability equality duty, Building Regulations Part A, B, E, F,K, L, M, N, BSEN 1670, BS7413, BSEN12608
II.2.5) Award criteria
Quality criterion: Quality Questions
/ Weighting: 40%
Price
/ Weighting:
60%
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
Supply and Installation of Windows and Doors
II.2.2) Additional CPV code(s)
44221000
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
Efficiency East Midlands (EEM LTD) carried out the tender exercise to provide our Members with compliant Framework for the Provision of the supply of Windows and Doors.
Lot Two will provide EEM Members with a route to procure Windows and Doors on a Supply & Installation basis.
The Windows and doors on offer will be utilised by EEM Members across their property stock, including but not limited to domestic, public and commercial properties.
The suppliers on Lot Two will be able to offer EEM Members the following:
PVCu Windows
PVCu Door Sets including Patio Doors
Composite Door Sets
Full Installation Service
Aluminium Windows were included as an optional requirement.
As a minimum requirement products supplied need to comply with relevant standards and windows and door test evidence needs to have complied with the relevant British Standard or Product Assessment Scheme as well as be certified by a UKAS accredited body such as BSI Kitemark, BM Trada or similar.
Door Hardware needs to comply with the corrosion resistance standards of BS EN 1670
Door Thermal Performance needs to meet the energy efficiency provisions of Building Regulations Part L
Door Weather performance needs to meet a minimum 800 Exposure Category as classified in BS 6375-1
All relevant products supplied via this Framework must be Secure by Design and comply with PAS24
All Windows supplied need to conform to
BSI Kitemark accreditation to BS7412, PAS24, BSEN ISO 9001, Disabilities discriminations act part 3, Housing Providers Disability equality duty, Building Regulations Part A, B, E, F,K, L, M, N, BSEN 1670, BS7413, BSEN12608
Installation shall be as the manufacturers instructions and comply in all aspects to BS8000 Workmanship on Construction sites. Introduction and General Principles. And on completion all frames cleaned inside and out with manufacturer approved products.
Final Installation checks to include all opening lights and casements function correctly and are fitted square with in the frame, all locking points engage and all hardware operates correctly. No gaps, scratches or other defects are present and that the frame perimeter is correctly sealed.
Surveyors need to be properly trained and suitably experienced to undertake fenestration surveys.
II.2.5) Award criteria
Quality criterion: Quality Questions
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Supply only of Composite Fire Door Sets
II.2.2) Additional CPV code(s)
44221220
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
Efficiency East Midlands (EEM LTD) carried out the tender exercise to provide our Members with compliant Framework for the Provision of the supply only of Composite Fire Door Sets.
Lot Three will provide EEM Members with a route to procure Composite Fire Door Sets on a Supply only basis.
The Fire Door Sets on offer will be utilised by EEM Members across their property stock, including but not limited to domestic, public and commercial properties.
The suppliers on Lot Three will be able to offer EEM Members the following:
Composite Fire door sets certified to BSEN1634-1/3 Fire Door set for Fire and Smoke.
The supplier must have third party accreditation of their test results with a UKAS approved scheme. Composite Fire Door Sets should also have Secure by Design or similar and meet or surpass current weather proofing standards.
Door Hardware needs to comply with the corrosion resistance standards of BS EN 1670
Door Thermal Performance needs to meet the energy efficiency provisions of Building Regulations Part L
Door Weather performance needs to meet a minimum 800 Exposure Category as classified in BS 6375-1
All relevant products supplied via this Framework must be Secure by Design and comply with PAS24
II.2.5) Award criteria
Quality criterion: Quality Questions
/ Weighting: 40
Price
/ Weighting:
60
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: 4
II.2.1) Title
Supply and Installation of Composite Fire Door Sets
II.2.2) Additional CPV code(s)
44221220
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
Efficiency East Midlands (EEM LTD) carried out the tender exercise to provide our Members with compliant Framework for the Provision of the supply of Composite Fire Door Sets.
Lot Four will provide EEM Members with a route to procure Composite Fire Door Sets on a Supply & Installation basis.
The Fire Door Sets on offer will be utilised by EEM Members across their property stock, including but not limited to domestic, public and commercial properties.
The suppliers on Lot Four will be able to offer EEM Members the following:
Composite Fire door sets certified to BSEN1634-1/3 Fire Door set for Fire and Smoke.
Full installation Service
The supplier must have third party accreditation of their test results with a UKAS approved scheme. Composite Fire Door Sets should also have Secure by Design or similar and meet or surpass current weather proofing standards.
Door Hardware needs to comply with the corrosion resistance standards of BS EN 1670
Door Thermal Performance needs to meet the energy efficiency provisions of Building Regulations Part L
Door Weather performance needs to meet a minimum 800 Exposure Category as classified in BS 6375-1
All relevant products supplied via this Framework must be Secure by Design and comply with PAS24
Installation shall be as the manufacturers instructions and comply in all aspects to BS8000 Workmanship on Construction sites. Introduction and General Principles.
On completion a final inspection shall be carried out to ensure that the installation is fully in accordance with requirements and a video or photographic record of the installation should also be included with the certification in order to confirm manufacturers procedures were followed.
All frames cleaned inside and out with manufacturer approved products.
Final Installation checks to include all, all locking points engage and all hardware operates correctly. No gaps, scratches or other defects are present and that the frame perimeter is correctly sealed.
II.2.5) Award criteria
Quality criterion: Quality Questions
/ Weighting: 40
Price
/ Weighting:
60
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:
2021/S 000-027957
Section V: Award of contract
Lot No: Lot 2
Title: Supply and Installation of Windows and Doors
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/02/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Nationwide Windows Ltd
Nationwide House, 74-88 Somers Road
Rugby
CV22 7DH
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:
5 000 000.00
GBP
/ Highest offer:
249 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot Number 3
Title: Supply Only of Composite Fire Door Sets
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/02/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Graham Holmes Astraseal
Astraseal House, Finedon Road Ind Est,
Wellingborough
NN8 4EX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nationwide Windows
Nationwide House, 74-88 Somers Road
Rugby
CV22 7DH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Permadoor
unit 1 Station Road Ind Est
Worcester
WR8 ORX
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:
5 000 000.00
GBP
/ Highest offer:
249 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Title: Supply only of Windows and Doors
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/02/2022
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Graham Holmes Astraseal
Astraseal House, Finedon Road Industrial Estate
Wellingborough
NN8 4EX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nationwide Windows
Nationwide House, 74-88 Somers Road,
Rugby
CV22 7DH
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:
5 000 000.00
GBP
/ Highest offer:
249 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Supply and Installation of Composite Fire Door Sets
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/02/2022
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Harmony Fire Ltd
Half Acre House, Tintinhul Road
Yeovil
BA22 8QX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Horbury Property Services Ltd
South Grove House, South Grove,
Rotherham
S60 2AF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nationwide Windows Ltd
Nationwide House, 74-88 Somers Road
Rugby
CV22 7DH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Permadoor Ltd
Unit 1 Station Road Ind Est
Worcester
WR8 0RX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ventro Ltd
Aquilam House, 7 Darklake View
Plymouth
PL6 7TL
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:
5 000 000.00
GBP
/ Highest offer:
249 000 000.00
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 that have been 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 and each lot 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 .
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
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
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
05/05/2022