Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
3 Maisies Way
Alfreton
DE552DS
UK
Contact person: Rosie Maltby
Telephone: +44 1246395610
E-mail: tenders@eem.org.uk
NUTS: UKF12
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
EEM0072 Supply and Distribution of Materials Framework
Reference number: EEM0072
II.1.2) Main CPV code
44110000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. https://eem.org.uk/
EEM conducted this tender exercise to procure a Materials Framework to replace our existing Materials Framework (EEM0072) that expires on 31st March 2025 and our Supply of Kitchen Units Framework (EEM0074) that expired in 2024.
The new framework commenced on 01st April 2025 with a lead in period before. The Framework provides EEM Members and Users with a provision for the supply and distribution of materials which fall in to one of the following lots:
Lot 1 - Managed Solution
• Lot 1a - Managed Solution National
• Lot 1b - Managed Solution Regional Independent Supplier
Lot 2 - Trade Specific Materials
• 2a - General Building Materials including Timber, Joinery and flooring Materials
• 2b - Electrical Materials
• 2c - Plumbing, Heating and Gas (Domestic and Commercial)
Materials
• 2d - Renewable Technologies and associated Materials
• 2e - Kitchen Materials
• 2f - Aids and Adaptation Materials
• 2g - Roofing Materials
Lot 3 - Tool and Plant Equipment Hire
The Framework has been procured 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 access to 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 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 Agreements to be awarded at conclusion of the procurement exercise begun 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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
661 000 000.00
GBP
II.2) Description
Lot No: 1A
II.2.1) Title
Lot 1A - Managed Solution National
II.2.2) Additional CPV code(s)
44100000
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 1a Managed Solution National will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas ,Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked 'kits', out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 1 Managed Solutions
/ Weighting: 40%
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 Managed Solution allows for trade specific contracts to be awarded to a Managed Solution supplier.
There is flexibility for members at the discretion of EEM to invite both national and regional Managed Solution suppliers to a competition.
The call-off contracts awarded via Lot 1 (1a and 1b) pursuant to the framework agreements to be entered at conclusion of the procurement exercise can be awarded 5 years beyond expiry of the framework term and contracts awarded for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc
Lot No: 1B
II.2.1) Title
Lot 1B - Managed Solution Regional Suppliers
II.2.2) Additional CPV code(s)
44100000
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 B Managed Solution Regional Independent Supplier will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas, Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should
Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked 'kits', out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 1 Managed Solutions
/ Weighting: 40%
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 Managed Solution allows for trade specific contracts to be awarded to a Managed Solution supplier.
There is flexibility for members at the discretion of EEM to invite both national and regional Managed Solution suppliers to a competition.
The call-off contracts awarded via Lot 1 (1a and 1b) pursuant to the framework agreements to be entered at conclusion of the procurement exercise can be awarded 5 years beyond expiry of the framework term and contracts awarded for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc
Lot No: 2A
II.2.1) Title
Lot 2A - General Building Materials including Timber, Joinery and flooring Materials
II.2.2) Additional CPV code(s)
03419000
44111000
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
Lot2A will cover the supply and distribution of General Building Materials including Timber and Joinery Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes.
This Lot is applicable for Suppliers who can supply and distribute General Building Materials including Timber and Joinery Materials via both delivery and counter service offering or counter Collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2A General Building
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts.
Lot No: 2B
II.2.1) Title
Lot 2B - Electrical Materials
II.2.2) Additional CPV code(s)
31681200
31681300
31681400
31681410
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
Lot2B will cover the supply and distribution of Electrical Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Electrical Materials via both delivery and counter service offering or counter collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2B Electrical
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts.
Lot No: 2C
II.2.1) Title
Lot 2C - Plumbing, Heating and Gas Materials
II.2.2) Additional CPV code(s)
44115200
44115210
44115220
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
Lot2C will cover the supply and distribution of Plumbing, Heating and Gas (Domestic and Commercial) Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Plumbing, Heating and Gas (Domestic and Commercial) Materials via both delivery and counter service offering or counter collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2C Plumbing , Heating and Gas
/ Weighting: 40%
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: 2D
II.2.1) Title
Lot 2D - Renewable Technologies and Associated Materials
II.2.2) Additional CPV code(s)
09331100
09331200
42511110
44100000
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
Lot2D will cover the supply and distribution of Renewable Technologies and associated Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Renewable Technologies and Associated Materials via both delivery and counter service offering or counter collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2D Renewable Technologies and Materials
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts
Lot No: 2E
II.2.1) Title
Lot 2E - Kitchen Materials
II.2.2) Additional CPV code(s)
39141200
39141300
39141400
44111000
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
Lot2E will cover the supply and distribution of Kitchen Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Kitchen
Materials via both delivery and counter service offering or counter collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2E Kitchens
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts.
Lot No: 2F
II.2.1) Title
Lot 2F - Aids and Adaptation Materials
II.2.2) Additional CPV code(s)
33196000
44111000
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
Lot2F will cover the supply and distribution of Aids and Adaptation Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Aids and Adaptation Materials via both delivery and counter service offering or counter collections or delivery service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2F Aids & Adaptation Materials
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts.
Lot No: 2G
II.2.1) Title
Lot 2G - Roofing Materials
II.2.2) Additional CPV code(s)
44111000
44112400
44112410
44112420
44112430
44112500
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
Lot2G will cover the supply and distribution of Roofing Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Roofing Materials via both delivery and counter service offering or counter collections or delivery
service.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2G Roofing Materials
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 2 Trade Specific Material Contracts.
Lot No: 3
II.2.1) Title
Lot 3 - Tool and Plant Equipment Hire Tool and Plant Equipment Hire and Purchase
II.2.2) Additional CPV code(s)
31120000
42410000
42600000
43130000
43262000
43300000
44510000
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
Hire will typically be on a without operator basis and may be on a short or long-term basis to suit Members and Users requirements and the types of equipment includes but is not limited to the below.
• Hand Tools
• Power Tools
• Lifting and Handling Equipment
• Roofing Supports, Towers, Podiums and Ladders
• Site Setup Equipment
• Site Safety Equipment
Lot 3 will also permit the purchase of Plant Machinery, Site Equipment, Plant, Tools and associated equipment where a Member has conducted a cost analysis on hire v buy and the analysis shows the Member would be better to outright purchase rather than hire.
The above is not an exhaustive description of the types of tool and plant equipment required for hire or purchase via Lot 3 and the Framework will have provision for product lines to be added during the Framework's lifetime should Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Members and Users specific requirements will be agreed with the Supplier under their call off from the framework but are subject to change based need and or the identified levels of usage for an extended period.
II.2.5) Award criteria
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 3 Tool and Plant Equipment Hire
/ Weighting: 40%
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
The Call Off Agreements 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 Agreement for Lot 3 Tool and Plant Equipment Hire contracts .
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 000-031128
Section V: Award of contract
Lot No: 1A
Contract No: Lot 1A - Managed Solution National
Title: Lot 1A - Managed Solution National
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Jewson Partnership Solutions [legal entity: STARK Building Materials UK Ltd]
01647362
Merchant House, Binley Business Park
Coventry
CV3 2TT
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Independent Builders Merchant Group [legal entity: Grant & Stone Limited]
01987538
Unit 2, Mill End Road
High Wycombe
HP12 4AX
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Travis Perkins Trading Company Limited trading as Travis Perkins Managed Services
733503
Lodge Way House, Lodge Way, Harlestone Road
Northampton
NN5 7UG
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Huws Gray Ltd trading as Huws Gray Supply Chain Solutions
02506633
Huws Gray Ltd, Head Office, Industrial Estate
Llangefni, Anglesey
LL77 7JA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 230 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1B
Contract No: Lot 1B - Managed Solution Regional
Title: Lot 1B - Managed Solution Regional
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 1
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
Bradfords Building Supplies Limited
00278994
96 Hendford Hill
Yeovil
BA20 2QR
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 120 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2A
Contract No: Lot 2A - General Building Materials including Timber, Joinery and flooring Materials
Title: Lot 2A - General Building Materials including Timber, Joinery and flooring Materials
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 2B
Contract No: Lot 2B - Electrical Materials
Title: Lot 2B - Electrical Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
City Plumbing Supplies Holdings Ltd
02489546
Highbourne House, Eldon Way, Crick
Northampton
NN6 7SL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
City Electrical Factors Ltd
336408
Georgina Mackie House, 141 Farmer Ward Road
Kenilworth
CV8 2SU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Smith Bros [Legal Entity: Smith Bros (Caer Conan)Wholesale Limited]
00267023
South Yorkshire
DN4 5NU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
YESSS Electrical [Legal Entity: YESSS (B) Electrical Ltd]
07650325
YESSS House , Foxbridge Way
Normanton
WF6 1TN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Lincs Electrical Wholesalers Limited
02262735
2 Somerby Way, Somerby Park
Gainsborough
DN21 1QT
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rexel UK Limited
434724
Eagle Court 2, Hatchford Brook, Hatchford Way, Sheldon
Birmingham
B26 3RZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
BEW Electrical Distributors Limited
01703444
Unit 5 Northumberland Court, Dukes Park Industrial Estate
Chelmsford
CM2 6UW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Edmundson Electrical Limited
02667012
Edmundson House, Tatton Street, Knutsford
Cheshire, WA16 6AY
WA16 6AY
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 59 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2C
Contract No: Lot 2C - Plumbing & Heating Materials
Title: Lot 2C - Plumbing & Heating Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
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
Wolseley UK Limited
00636445
2 Kingmaker Court, Warwick Technology Park, Gallows Hill
Warwick
CV34 6DY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
City Plumbing Supplies Holdings Limited
02489546
Highbourne House, Eldon Way, Crick
Northampton
NN6 7SL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
UK Plumbing Supplies Limited
02723962
Quayside 2a, Wilderspool Park, Greenalls Avenue, Stockton Heath
Cheshire
WA4 6HL
UK
NUTS: UK
The contractor is an SME:
No
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:
: 108 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2D
Contract No: Lot 2D - Renewable Technologies & Associated Materials
Title: Lot 2D - Renewable Technologies & Associated Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
City Plumbing Supplies Holdings Limited
02489546
Highbourne House, Eldon Way, Crick
Northampton
NN6 7SL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
YESSS Electrical [Legal Entity: YESSS (B) Electrical Ltd]
YESSS Electrical
YESSS House , Foxbridge Way
Normanton
WF6 1TN
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
City Electrical Factors Limited
336408
Georgina Mackie House, 141 Farmer Ward Road
Kenilworth
CV8 2SU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Wolseley UK Limited
00636445
2 Kingmaker Court, Warwick Technology Park, Gallows Hill
Warwick
CV34 6DY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Smith Bros [Legal Entity: Smith Bros (Caer Conan)Wholesale Limited]
00267023
Greyfriars House, Sidings Court
Doncaster
DN4 5NU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
UK Plumbing Supplies Limited
02723962
Quayside 2a, Wilderspool Park, Greenalls Avenue, Stockton Heath, Cheshire, WA4 6HL
Cheshire
WA4 6HL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Edmundson Electrical Limited
02667012
Edmundson House, Tatton Street, Knutsford, Cheshire, WA16 6AY
Cheshire
WA16 6AY
UK
NUTS: UK
The contractor is an SME:
No
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:
: 33 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2E
Contract No: Lot 2E - Kitchen Materials
Title: Lot 2E - Kitchen Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
The Symphony Group Plc
1022506
Pen Hill Estate, Park Spring Road
Barnsley
S72 7EZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Premiere Kitchens [Legal Entity: Raventree Limited ]
5787195
Q1 Quadrant Distribution Centre, Quadrant Way, Hardwicke
Gloucester
GL2 2RN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Joinery and Timber Creations (65) Limited
SC099154
Camperdown Works, 27 Harrison Road
Dundee
DD2 3SN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Wren Contract Kitchens Limited
15080098
The Nest, Falkland Way
Barton-Upon-Humber
DN18 5RL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Magnet Limited
02762625
3 Allington Way
Darlington
DL1 4XT
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Howdens Joinery Limited
526923
105 Wigmore Street
London
W1U 1QY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Paula Rosa Manhattan [Legal Entity: Dennis & Robinson Limited]
00460938
Blenheim Road, Lancing Business Park
Lancing
BN15 8UH
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Moores Furniture Group Limited
01083749
Thorp Arch Estate
Wetherby
LS23 7DD
UK
NUTS: UK
The contractor is an SME:
No
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:
: 55 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2F
Contract No: Lot 2F - Aids & Adaptations Materials
Title: Lot 2F - Aids & Adaptations Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
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
Pro Care Shower & Bathroom Centre Limited
4300621
The Gateway, Enfield Street, Pemberton
Wigan
WN5 8DB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
AKW Medi-Care Limited
2764920
Pointon Way, Hampton Lovett
Droitwich Spa
WR9 0LR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nicholls & Clarke Limited
00066664
41-51 Freshwater Road, Chadwell Heath
Romford
RM8 1SP
UK
NUTS: UK
The contractor is an SME:
No
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:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2G
Contract No: Lot 2G - Roofing Materials
Title: Lot 2G - Roofing Materials
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
SIG Trading Limited t/a Sig Roofing
01451007
Adsetts House, 16 Europa View
Sheffield
S9 1XH
UK
NUTS: UK
The contractor is an SME:
No
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:
: 6 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3
Contract No: Lot 3 - Tool & Plant Equipment Hire & Purchase
Title: Lot 3 - Tool & Plant Equipment Hire & Purchase
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/03/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Speedy Asset Services Limited
06847930
Chase House, 16 The Parks, Newton-le-Willows
Merseyside
WA120JQ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hire Station Limited t/a Brandon Hire Station
03428037
Central House, Beckwith Knowle, Otley Road
Harrogate
HG3 1UF
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Jewson Partnership Solutions [legal entity: STARK Building Materials UK Ltd]
01647362
Merchant House, Binley Business Park
Coventry
CV3 2TT
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
GAP Group Limited
00198823
Citypoint 2, 25 Tyndrum Street,
Glasgow
G4 0JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Travis Perkins Managed Services [Legal Entity: Travis Perkins Trading Company Limited]
733503
Lodge Way House, Lodge Way, Harlestone Road
Northampton
NN5 7UG
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HSS ProService Limited
11084154
Building 2, Think Park, Mosley Road
Manchester
M17 1FQ
UK
NUTS: UK
The contractor is an SME:
No
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:
: 5 000 000.00
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.
Call-off contracts for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc
Please note that the total 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. The total framework value is split amongst the lots and each lot value is specified within the relevant section of this notice.
The framework has been procured 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 access to 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 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 Agreements awarded at conclusion of the procurement exercise begun 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 and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-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 Care Boards 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
Country
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
01/05/2025