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