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

PPE, Workwear, Janitorial And Site Equipment Supplies Framework

  • First published: 18 July 2024
  • Last modified: 18 July 2024
  • 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-0438c7
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
18 July 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 over 360 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 have awarded an PPE, Workwear, Janitorial And Site Equipment Supplies Framework to replace our existing Framework which expired in May 2024.

two.1.6) Information about lotsII.1.6) Information about lots

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

EEM Ltd

Alfreton

DE55 2DS

UK

Contact person: Rosie Maltby

Telephone: +44 1246395607

E-mail: rosie@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

PPE, Workwear, Janitorial And Site Equipment Supplies Framework

Reference number: EEM0023

II.1.2) Main CPV code

35113400

 

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 over 360 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 have awarded an PPE, Workwear, Janitorial And Site Equipment Supplies Framework to replace our existing Framework which expired in May 2024.

two.1.6) Information about lotsII.1.6) Information about lots

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 50 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

PPE

II.2.2) Additional CPV code(s)

18130000

18141000

18142000

18143000

18800000

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 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Breathing Apparatus

Eye and Face Protection

Fall Management

Head Protection

Hearing Protection

Respiratory Protection

Hand Protection

Safety Footwear

Body Protection

First Aid

II.2.5) Award criteria

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

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

Workwear

II.2.2) Additional CPV code(s)

18130000

18140000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Lot 2 is being created to support Members with their Workwear supplies for health and safety through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Trousers

Polo Shirts

Sweatshirts

T-Shirts

Fleece

Thermal Wear

Jackets

Hi-Visibility Clothing

Weather Wear

II.2.5) Award criteria

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

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

Janitorial Supplies

II.2.2) Additional CPV code(s)

39830000

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 3 is being created to support Members with their provision of janitorial equipment, specifically referring to tools and machines used to maintain their buildings and facilities through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to Janitorial Supplies and Washroom Hygiene Supplies

II.2.5) Award criteria

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

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

Tools, Equipment and Signage

II.2.2) Additional CPV code(s)

34992200

35113100

44423200

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 4 is being created to support Members with the supply of Tools, Equipment and Signage for safety or management purposes through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Ladders

Steps

Tools

Workplace Safety Equipment

Health and Safety

II.2.5) Award criteria

Quality criterion: Tender Assessment / Weighting: 30

Quality criterion: Interview and Presentation / Weighting: 20

Cost criterion: Pricing Schedule / Weighting: 35

Cost criterion: Scenario / Weighting: 15

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:

2024/S 000-004409

Section V: Award of contract

Lot No: 1

Title: Lot 1 - PPE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/05/2024

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

Protective Wear Supplies Ltd

08393062

Plymouth

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arco Limited

133804

Hull

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

2902454

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SMI INT Group Limited

07644080

Petersfield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

1253792

Sheffield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rexel UK Ltd

434724

Birmingham

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: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 - Workwear

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/05/2024

V.2.2) Information about tenders

Number of tenders received: 6

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

V.2.3) Name and address of the contractor

Protective Wear Supplies Ltd

08393062

Plymouth

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

1253792

Sheffield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

2902454

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Arco Limited

133804

Hull

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SMI INT Group Limited

07644080

Petersfield

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: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Janitorial Supplies

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/05/2024

V.2.2) Information about tenders

Number of tenders received: 6

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

V.2.3) Name and address of the contractor

Protective Wear Supplies Ltd

08393062

Plymouth

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

1253792

Sheffield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arco Limited

133804

Hull

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

2902454

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Knighton Janitorial Limited

10481291

Derby

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Alliance Disposables Ltd

03747333

Crewe

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: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Lot 4 - Site Equipment

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/05/2024

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

Protective Wear Supplies Ltd

08393062

Plymouth

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

2902454

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rexel UK Ltd

434724

Birmingham

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: : 10 000 000.00  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)

Advantage South West (www.advantagesouthwest.co.uk and South East Consortium (www.southeastconsortium.org.uk)

A full list of current members is available 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

London

UK

VI.5) Date of dispatch of this notice

17/07/2024

Coding

Commodity categories

ID Title Parent category
39830000 Cleaning products Cleaning and polishing products
18800000 Footwear Clothing, footwear, luggage articles and accessories
44423200 Ladders Miscellaneous articles
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories
34992200 Road signs Signs and illuminated signs
18142000 Safety visors Workwear accessories
35113100 Site-safety equipment Safety equipment
18130000 Special workwear Occupational clothing, special workwear and accessories
18141000 Work gloves Workwear accessories
18140000 Workwear accessories Occupational clothing, special workwear and accessories

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:
rosie@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.