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 Notice

EEM0026 Heating and Hot Water Systems Framework

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04bd04
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
12 March 2025
Deadline date:
29 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of Framework and DPS agreements. Our membership includes public sector organisations such as housing associations and ALMO's, local authorities, NHS trusts, education providers, emergency services, government agencies and charities.

EEM have also established a formal collaboration with 3 like-minded procurement consortia -

Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.uk

EEM are conducting this tender exercise to procure a Heating and Hot Water Systems Framework to replace our existing framework that is due to expire in August 2025. The framework is split into core lots and geographical sublots as described below:

Lot 1 - Domestic Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

Lot 2 - Commercial Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

Lot 3 - Renewable Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

3 Maisies Way

Alfreton

DE55 2DS

UK

Contact person: Ros Smith

E-mail: tenders@eem.org.uk

NUTS: UK

Internet address(es)

Main address: https://eem.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/delta/index.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/delta/index.html


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

EEM0026 Heating and Hot Water Systems Framework

Reference number: EEM0026

II.1.2) Main CPV code

50720000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of Framework and DPS agreements. Our membership includes public sector organisations such as housing associations and ALMO's, local authorities, NHS trusts, education providers, emergency services, government agencies and charities.

EEM have also established a formal collaboration with 3 like-minded procurement consortia -

Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.uk

EEM are conducting this tender exercise to procure a Heating and Hot Water Systems Framework to replace our existing framework that is due to expire in August 2025. The framework is split into core lots and geographical sublots as described below:

Lot 1 - Domestic Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

Lot 2 - Commercial Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

Lot 3 - Renewable Heating and Hot Water Systems

Sublot 1 - Midlands

Sublot 2 - National Coverage

II.1.5) Estimated total value

Value excluding VAT: 850 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Domestic Heating and Hot Water Systems

II.2.2) Additional CPV code(s)

09321000

09323000

38431000

42161000

42511110

42515000

44620000

45232140

45232141

45259300

45315000

45331100

45331110

45332200

50531100

50531200

50720000

71314310

71321200

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 manage the servicing and maintenance of their

domestic property heating systems ensuring compliancy and adherence to servicing cycles,

repairs and emergency callouts will also be covered by this lot. Lot 1 includes the for the

supply and installation of new boilers, heating systems, alterations and full and partial

upgrades as required to a range of fuel systems.

The following services are not an exhaustive list of services covered by Lot 1.

• Basic and comprehensive servicing, maintenance, and repair of domestic heating systems

• Servicing, maintenance, and repair of domestic boilers

• Attendance to break downs and emergency repairs

• Back-up to in-house Gas Team for domestic gas repairs and servicing

• Installation of boilers and heating systems, alterations and full and partial upgrades as required to a range of fuel systems.

• Gas safety Inspection and landlords certification

• Any additional elements of work associated with the above listed or relevant to Lot 1.

All of the services described above are mandatory elements covered by Lot 1 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for.

Lot 1 is split into geographical sublots and EEM reserve the right to appoint up to 8

Contractors on to each sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

Contractors MUST be able to provide services in at least three of the sub regions (Counties)

listed within the tender documents for Sublot 1 Midlands and at least Five of the sub regions (Counties) listed for Sublot 2 National Coverage.

The final number of Contractors appointed on to each lot and sublot of the Framework will depend on the outcome of the tender evaluation and organisations meeting minimum score requirements for the quality element of the evaluation.

The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in this notice as being authorised users. 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. The estimated lot value as described in this notice takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment Questions (Part D4) / Weighting: Pass/Fail

Quality criterion: Competence Assessment and Best Practise Requirements (Part D3) / Weighting: Pass/Fail

Quality criterion: Presentation / Weighting: 40%

Cost criterion: Domestic Servicing / Weighting: 6.5%

Cost criterion: Domestic Heating Installation / Weighting: 8%

Cost criterion: Domestic Boiler Installation / Weighting: 8%

Cost criterion: Domestic Heating Installation SOR's / Weighting: 5%

Cost criterion: Domestic Heating SOR's / Weighting: 5%

Cost criterion: Domestic Servicing Scenario's / Weighting: 7.5%

Cost criterion: Call Out Rates / Weighting: 2.5%

Cost criterion: Labour Rates / Weighting: 2.5%

Cost criterion: Domestic Installations Scenario / Weighting: 15%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Commercial Heating and Hot Water Systems

II.2.2) Additional CPV code(s)

09321000

09323000

38431000

39715100

39715210

42161000

42511110

42515000

44620000

45232140

45232141

45259300

45315000

45331100

45331110

50531100

50531200

50721000

71314310

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 2 is being created to support Members manage the servicing and maintenance of their commercial property heating systems ensuring compliancy and adherence to servicing cycles, repairs and emergency callouts will also be covered by this lot. Lot 2 also include the for the supply and installation of new boilers, heating systems in a range of fuel types, alterations and full and partial upgrades as required, including plant rooms.

The following services are not an exhaustive list of services covered by Lot 2.

• Basic and comprehensive servicing, maintenance, and repair of commercial heating systems

• Servicing, maintenance, and repair of commercial boilers

• Attendance to break downs and emergency repairs

• Installation of boilers and heating systems, alterations and full and partial upgrades including plant and boiler houses as required, commercial systems will allow for a range of fuel systems

• Gas safety inspection and landlords certification

• Any additional elements of work associated with the above listed or relevant to Lot 2

All of the services described above are mandatory elements covered by Lot 2 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for.

Lot 2 is split into geographical sublots and EEM reserve the right to appoint up to 8 Contractors on to each sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

Contractors MUST be able to provide services in at least three of the sub regions (Counties) listed within the tender documents for Sublot 1 Midlands and at least Five of the sub regions (Counties) listed for Sublot 2 National Coverage.

The final number of Contractors appointed on to each lot and sublot of the Framework will depend on the outcome of the tender evaluation and organisations meeting minimum score requirements for the quality element of the evaluation.

The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described within this notice as being authorised users.

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. The estimated lot value as described in this notice into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment Questions (Part D4) / Weighting: Pass/Fail

Quality criterion: Competence Assessment and Best Practise Requirements (Part D3) / Weighting: Pass/Fail

Quality criterion: Presentation / Weighting: 40%

Cost criterion: Commercial Servicing Rates / Weighting: 15%

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

Cost criterion: Servicing Scenario's / Weighting: 15%

Cost criterion: Installation Scenario's / Weighting: 5%

Cost criterion: Call Out and Labour Rates / Weighting: 10%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Renewable Heating and Hot Water Systems

II.2.2) Additional CPV code(s)

09321000

09330000

38431000

42160000

42511110

44621110

44621220

45232141

45259300

45261215

45315000

45331100

45331110

50511000

50531100

50531200

50721000

71321200

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 manage the servicing and maintenance of their renewable heating systems ensuring compliancy and adherence to servicing cycles, repairs

and emergency callouts will also be covered by this lot. Lot 3 also includes the for the design, supply and installation of new renewable heating systems, alterations and full and partial

upgrades as required. The following services are not an exhaustive list of services covered by Lot 3.

• Servicing, maintenance, repair and installation of renewable heating systems including air source and ground source systems, solar pv and thermal systems, combined heat and power

generating boilers, biomass and wood burning systems.

• Attendance to break downs and emergency repairs

• Heating systems designs, alterations, and full and partial upgrades

• Renewable heat source inspections and reports

• Any additional elements of work associated with the above listed or relevant to Lot 3.

All of the services described above are mandatory elements covered by Lot 3 of the framework. Bidders should not submit a bid unless they are able to deliver all elements of the works required under the lot they are applying for. Lot 3 is split into geographical sublots and EEM reserve the right to appoint up to 8

Contractors on to each sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

Contractors MUST be able to provide services in at least three of the sub regions (Counties) listed within the tender documents for Sublot 1 Midlands and at least Five of the sub regions (Counties) listed for Sublot 2 National Coverage.

The final number of Contractors appointed on to each lot and sublot of the Framework will depend on the outcome of the tender evaluation and organisations meeting minimum score

requirements for the quality element of the evaluation.

The framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described in this notice as being authorised users. 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. The estimated lot value as described in this notice takes into account the full framework term, the possibility that the EEM membership may grow over the framework lifetime and the lots and geographical sub-lots

II.2.5) Award criteria

Criteria below:

Quality criterion: Tender Assessment Questions (Part D4) / Weighting: Pass/Fail

Quality criterion: Competence Assessment and Best Practise Requirements (Part D3) / Weighting: Pass/Fail

Quality criterion: Presentation / Weighting: 40%

Cost criterion: Renewable Heating System Servicing / Weighting: 10%

Cost criterion: Renewable Heating System Installations / Weighting: 20%

Cost criterion: Renewable Heating System Schedule of Rates / Weighting: 10%

Cost criterion: Renewable Heating System Scenario's / Weighting: 15%

Cost criterion: Call Out and Labour Rates / Weighting: 5%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 with several operators.

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 000-037422

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/04/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 29/04/2025

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The call-off contract's 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.

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,

EEM reserves the right to appoint less than the numbers stated.

The Framework is being 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.

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

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

UK

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

18/02/2025

Coding

Commodity categories

ID Title Parent category
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
42160000 Boiler installations Machinery for the production and use of mechanical power
44621220 Central-heating boilers Radiators and boilers
39715210 Central-heating equipment Water heaters and heating for buildings; plumbing equipment
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
44621110 Central-heating radiators Radiators and boilers
44620000 Central-heating radiators and boilers and parts Tanks, reservoirs and containers; central-heating radiators and boilers
50721000 Commissioning of heating installations Repair and maintenance services of central heating
38431000 Detection apparatus Detection and analysis apparatus
09323000 District heating Steam, hot water and associated products
42515000 District heating boiler Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45232140 District-heating mains construction work Ancillary works for pipelines and cables
39715100 Electric instantaneous or storage water heaters and immersion heaters Water heaters and heating for buildings; plumbing equipment
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
71314310 Heating engineering services for buildings Energy and related services
45232141 Heating works Ancillary works for pipelines and cables
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
71321200 Heating-system design services Engineering design services for mechanical and electrical installations for buildings
09321000 Hot water Steam, hot water and associated products
42161000 Hot-water boilers Boiler installations
50531100 Repair and maintenance services of boilers Repair and maintenance services for non-electrical machinery
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50511000 Repair and maintenance services of pumps Repair and maintenance services of pumps, valves, taps and metal containers
09330000 Solar energy Electricity, heating, solar and nuclear energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
45332200 Water plumbing work Plumbing and drain-laying work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@eem.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.