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

Property Improvement Works Framework

  • First published: 18 May 2024
  • Last modified: 18 May 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-03c8b4
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
18 May 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 352 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 Property Improvement Works Framework to replace our existing Framework which expired in January 2024.

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

ALFRETON

UK

Contact person: Olivia Broome

Telephone: +44 1246395610

E-mail: olivia@eem.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.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

Property Improvement Works Framework

Reference number: EEM0056

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

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 352 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 Property Improvement Works Framework to replace our existing Framework which expired in January 2024.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 150 000 000 000.00  GBP

II.2) Description

Lot No: Sub-Lot1a

II.2.1) Title

Lot 1: Contracts < £1m Midlands

II.2.2) Additional CPV code(s)

09330000

39715000

44220000

45100000

45210000

45232140

45232141

45232452

45260000

45310000

45320000

45330000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Sub-Lot1a: Contracts

II.2.5) Award criteria

Quality criterion: Part D Lot 1 Tender Assessment / Weighting: 35%

Quality criterion: Part D - General Tender Assessment / Weighting: 15%

Cost criterion: Kitchen and Bathroom Rates / Weighting: 5%

Cost criterion: Heating System Installation / Weighting: 4%

Cost criterion: Boiler Installation / Weighting: 4%

Cost criterion: Electrical Rewires Rates / Weighting: 4%

Cost criterion: Roofing Rates / Weighting: 3%

Cost criterion: Schedule of Rates / Weighting: 7%

Cost criterion: Internal Work Rates / Weighting: 4%

Cost criterion: External Work Rates / Weighting: 4%

Cost criterion: Adaptations Rates / Weighting: 4%

Cost criterion: Windows and Doors Rates / Weighting: 3%

Cost criterion: Scenario's / Weighting: 4%

Cost criterion: Labour Rates / Weighting: 2%

Cost criterion: Scaffolding Rates / Weighting: 2%

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: Sub-Lot1b

II.2.1) Title

Lot 1: Contracts < £1m National

II.2.2) Additional CPV code(s)

09330000

39715000

44220000

45100000

45210000

45232140

45232141

45232452

45260000

45310000

45320000

45330000

45350000

45410000

45421000

45422000

45430000

45441000

45442100

45442110

45451000

45453000

45454000

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

Sub-Lot1b: Contracts

II.2.5) Award criteria

Quality criterion: Part D Lot 1 Tender Assessment / Weighting: 35%

Quality criterion: Part D - General Tender Assessment / Weighting: 15%

Cost criterion: Kitchen and Bathroom Rates / Weighting: 5%

Cost criterion: Heating System Installation / Weighting: 4%

Cost criterion: Boiler Installation / Weighting: 4%

Cost criterion: Electrical Rewires Rates / Weighting: 4%

Cost criterion: Roofing Rates / Weighting: 3%

Cost criterion: Schedule of Rates / Weighting: 7%

Cost criterion: Internal Work Rates / Weighting: 4%

Cost criterion: External Work Rates / Weighting: 4%

Cost criterion: Adaptations Rates / Weighting: 4%

Cost criterion: Windows and Doors Rates / Weighting: 3%

Cost criterion: Scenario's / Weighting: 4%

Cost criterion: Labour Rates / Weighting: 2%

Cost criterion: Scaffolding Rates / Weighting: 2%

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: Sub-Lot1C

II.2.1) Title

Lot 1: Contracts > £1m Midlands

II.2.2) Additional CPV code(s)

09330000

39715000

44220000

45100000

45210000

45232140

45232141

45232452

45260000

45310000

45320000

45330000

45350000

45410000

45421000

45422000

45430000

45440000

45451000

45453000

45454000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Sub-Lot1c: Contracts >£1m Midlands of this framework agreement will cover Property Improvement Works within our members domestic and commercial property stock and grounds. within the Midlands region for Contracts >£1m .

The works detailed below are not an exhaustive list of works covered by this Framework (Lot 1);

• Bathroom Installations and Associated Works, including Level Access Showers

• Kitchen Installations and Associated Works

• Heating System Installations and Associated Works

• Boiler Installations and Associated Works

• General Plumbing Works

• Adaptations

• Electrical Works

o Electrical upgrades to properties which fail the 18th edition electrical regulations.

o Electrical installations

o Rewiring and associated electrical works

o Electrical testing and reports

• External Wall Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Loft Insulation

• Roof Works including Re-Roofing, Guttering, Fascia's and Soffit Improvement Works

• Structural Works

• External Property and Grounds Improvement Works including but not limited to:

o New Concrete Path / Hardstanding's and steps

o Resurfacing

o Fencing / Gates

o Galvanised Handrails

o Wall Rendering

o Brick/Block Walling

o Mixing / Casting/ Curing In Situ Concrete

o External Fabric Improvements

o Exterior Wall Cladding Systems.

• Brickwork Repairs and Pointing

• Internal Improvements, Including Stripping Out Preparation and Finishing Works.

• Joinery, Carpentry and Metalwork

• General Builders Work.

• Flooring works

• Wall Tiling

• Plastering Works

• Painting and Decoration Works.

• Alterations and Conversions

• Damp Proofing Works

• Garage Refurbishments to include Structural Repairs.

• Drainage Repairs and Improvements

• Windows and Door Installations

• Fire Doors and Doorsets and Fire Stopping Works.

• Any other Property and Grounds Improvement Works.

II.2.5) Award criteria

Quality criterion: Part D Lot 1 Tender Assessment / Weighting: 35%

Quality criterion: Part D - General Tender Assessment / Weighting: 15%

Cost criterion: Kitchen and Bathroom Rates / Weighting: 5%

Cost criterion: Heating System Installation / Weighting: 4%

Cost criterion: Boiler Installation / Weighting: 4%

Cost criterion: Electrical Rewires Rates / Weighting: 4%

Cost criterion: Roofing Rates / Weighting: 3%

Cost criterion: Schedule of Rates / Weighting: 7%

Cost criterion: Internal Work Rates / Weighting: 4%

Cost criterion: External Work Rates / Weighting: 4%

Cost criterion: Adaptations Rates / Weighting: 4%

Cost criterion: Windows and Doors Rates / Weighting: 3%

Cost criterion: Scenario's / Weighting: 4%

Cost criterion: Labour Rates / Weighting: 2%

Cost criterion: Scaffolding Rates / Weighting: 2%

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: Sub-Lot1D

II.2.1) Title

Lot 1: Contracts > £1m National

II.2.2) Additional CPV code(s)

09330000

39715000

44220000

45100000

45210000

45232140

45232141

45232452

45260000

45310000

45320000

45330000

45350000

45410000

45421000

45422000

45430000

45440000

45451000

45453000

45454000

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

Sub-Lot1d: Contracts >£1m National of this framework agreement will cover Property Improvement Works within our members domestic and commercial property stock and grounds, nationally for Contracts >£1m .

The works detailed below are not an exhaustive list of works covered by this Framework (Lot 1);

• Bathroom Installations and Associated Works, including Level Access Showers

• Kitchen Installations and Associated Works

• Heating System Installations and Associated Works

• Boiler Installations and Associated Works

• General Plumbing Works

• Adaptations

• Electrical Works

o Electrical upgrades to properties which fail the 18th edition electrical regulations.

o Electrical installations

o Rewiring and associated electrical works

o Electrical testing and reports

• External Wall Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Loft Insulation

• Roof Works including Re-Roofing, Guttering, Fascia's and Soffit Improvement Works

• Structural Works

• External Property and Grounds Improvement Works including but not limited to:

o New Concrete Path / Hardstanding's and steps

o Resurfacing

o Fencing / Gates

o Galvanised Handrails

o Wall Rendering

o Brick/Block Walling

o Mixing / Casting/ Curing In Situ Concrete

o External Fabric Improvements

o Exterior Wall Cladding Systems.

• Brickwork Repairs and Pointing

• Internal Improvements, Including Stripping Out Preparation and Finishing Works.

• Joinery, Carpentry and Metalwork

• General Builders Work.

• Flooring works

• Wall Tiling

• Plastering Works

• Painting and Decoration Works.

• Alterations and Conversions

• Damp Proofing Works

• Garage Refurbishments to include Structural Repairs.

• Drainage Repairs and Improvements

• Windows and Door Installations

• Fire Doors and Doorsets and Fire Stopping Works.

• Any other Property and Grounds Improvement Works.

II.2.5) Award criteria

Quality criterion: Part D Lot 1 Tender Assessment / Weighting: 35%

Quality criterion: Part D - General Tender Assessment / Weighting: 15%

Cost criterion: Kitchen and Bathroom Rates / Weighting: 5%

Cost criterion: Heating System Installation / Weighting: 4%

Cost criterion: Boiler Installation / Weighting: 4%

Cost criterion: Electrical Rewires Rates / Weighting: 4%

Cost criterion: Roofing Rates / Weighting: 3%

Cost criterion: Schedule of Rates / Weighting: 7%

Cost criterion: Internal Work Rates / Weighting: 4%

Cost criterion: External Work Rates / Weighting: 4%

Cost criterion: Adaptations Rates / Weighting: 4%

Cost criterion: Windows and Doors Rates / Weighting: 3%

Cost criterion: Scenario's / Weighting: 4%

Cost criterion: Labour Rates / Weighting: 2%

Cost criterion: Scaffolding Rates / Weighting: 2%

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: Sub-Lot2a

II.2.1) Title

Lot 2: Decarbonisation Works Domestic and Commercial Properties Midlands

II.2.2) Additional CPV code(s)

09330000

39715000

44221000

45210000

45232140

45232141

45261215

45261410

45310000

45320000

45330000

45350000

45400000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Lot 2: Decarbonisation Works Domestic and Commercial Properties Midlands consisting of whole house retrofit and estate wide retrofit schemes to domestic properties covering the requirements set out in PAS2035:2019 for the design, supply, installation, and commissioning of retrofit measures to domestic properties in the Midlands region including but not limited to:

• LED Lighting

• External Wall Insulation Systems

• Loft Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Underfloor Insulation

• Room In Roof Stud Wall Insulation

• Room In Roof Ceiling Insulation

• Damp Proofing

• Air Tightness

• Ventilation Systems

• Heat Recovery Systems

• Micro-Generation Technologies:

• Electricity Generation Technologies.

o Solar Powered or Pholvolataic (PV) Systems

• Heat Generation Technologies

o Solar Thermal Hot Water

o Air Source Heat Pumps

o Ground Source Heat Pumps

o Bioenergy

• Co-Generation Technologies

o Hydrogen Energy and Fuel Cells

o Combined Heat and Power (CHP)

Windows and Doors

• Electric Vehicle Charge Points as part of a wider programme of Decarbonisation Works.

• General Building Improvement Works that may be required as part of the Energy Efficiency

Project.

• Any works associated with Decarbonisation and Energy Efficiency Measures.

Lot 2 can also be used for any and commercial public sector buildings decarbonisation and

energy efficiency measures projects following the relevant industry guidance and legislation.

Members can also use Lot 2 to compliantly procure decarbonisation and energy efficiency

contracts they have received funding for and where they are looking to improve EPC ratings

on properties.

Domestic Properties

Domestic properties will typically be consisting of a mixture of domestic housing stock and grounds, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and any other domestic properties or buildings owned and/or managed by our membership.

Commercial Properties

Commercial properties will typically include but not be limited to:

• Commercial business units and office buildings.

• Colleges, Universities and Education centres.

• Student accommodation.

• Hospitals and treatment centres.

• Homes for the elderly including retirement complexes and care facilities for older people.

• Children's homes and centres.

• Academy and school refurbishment and fit out works.

• Community centre.

• Leisure centres and gyms.

• Libraries.

• Pavilions.

• Changing rooms and public toilets.

• Outdoor parks and children's play facilities.

• Outdoor fitness facilities.

• Car Parks.

• Industrial units, depots, and garages.

The types of funding to be used under this Framework includes but is not limited to

Government schemes, such as:

• Energy Company Obligation (ECO)

• Local Authority Delivery (LAD) scheme

• Social Housing Decarbonisation Fund

• Home Upgrade Grant ( HUG )

• Domestic Renewable Heat Incentive (RHI) and/or 3rd party of other relevant funding streams available over the duration of the framework term.

All Contractors appointed to Lot 2 - Decarbonisation works must hold PAS 2030 certification and ensure all works are carried out in accordance with the latest PAS 2035 Standard.

Compliance with PAS 2035/2030:2023, as well as Trustmark registration, is a requirement of domestic retrofit under government energy efficiency schemes.

II.2.5) Award criteria

Quality criterion: Part D Tender Assessment / Weighting: 50%

Cost criterion: Decarbonisation Schedule of Rates / Weighting: 27%

Cost criterion: Scenario / Weighting: 14%

Cost criterion: Labour Rates / Weighting: 7%

Cost criterion: Scaffolding Rates / Weighting: 2%

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: Sub-Lot2b

II.2.1) Title

Lot 2 - Decarbonisation Works Domestic and Commercial Properties National

II.2.2) Additional CPV code(s)

09330000

39715000

44221000

45100000

45210000

45232140

45232141

45261211

45261215

45261410

45262700

45310000

45320000

45330000

45350000

45400000

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: Decarbonisation Works Domestic and Commercial Properties National consisting of whole house retrofit and estate wide retrofit schemes to domestic properties covering the requirements set out in PAS2035:2019 for the design, supply, installation, and commissioning of retrofit measures to domestic properties Nationally including but not limited to:

• LED Lighting

• External Wall Insulation Systems

• Loft Insulation

• Internal Wall Insulation

• Cavity Wall Insulation

• Underfloor Insulation

• Room In Roof Stud Wall Insulation

• Room In Roof Ceiling Insulation

• Damp Proofing

• Air Tightness

• Ventilation Systems

• Heat Recovery Systems

• Micro-Generation Technologies:

• Electricity Generation Technologies.

o Solar Powered or Pholvolataic (PV) Systems

• Heat Generation Technologies

o Solar Thermal Hot Water

o Air Source Heat Pumps

o Ground Source Heat Pumps

o Bioenergy

• Co-Generation Technologies

o Hydrogen Energy and Fuel Cells

o Combined Heat and Power (CHP)

Windows and Doors

• Electric Vehicle Charge Points as part of a wider programme of Decarbonisation Works.

• General Building Improvement Works that may be required as part of the Energy Efficiency

Project.

• Any works associated with Decarbonisation and Energy Efficiency Measures.

Lot 2 can also be used for any and commercial public sector buildings decarbonisation and

energy efficiency measures projects following the relevant industry guidance and legislation.

Members can also use Lot 2 to compliantly procure decarbonisation and energy efficiency

contracts they have received funding for and where they are looking to improve EPC ratings

on properties.

Domestic Properties

Domestic properties will typically be consisting of a mixture of domestic housing stock and grounds, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and any other domestic properties or buildings owned and/or managed by our membership.

Commercial Properties

Commercial properties will typically include but not be limited to:

• Commercial business units and office buildings.

• Colleges, Universities and Education centres.

• Student accommodation.

• Hospitals and treatment centres.

• Homes for the elderly including retirement complexes and care facilities for older people.

• Children's homes and centres.

• Academy and school refurbishment and fit out works.

• Community centre.

• Leisure centres and gyms.

• Libraries.

• Pavilions.

• Changing rooms and public toilets.

• Outdoor parks and children's play facilities.

• Outdoor fitness facilities.

• Car Parks.

• Industrial units, depots, and garages.

The types of funding to be used under this Framework includes but is not limited to

Government schemes, such as:

• Energy Company Obligation (ECO)

• Local Authority Delivery (LAD) scheme

• Social Housing Decarbonisation Fund

• Home Upgrade Grant ( HUG )

• Domestic Renewable Heat Incentive (RHI) and/or 3rd party of other relevant funding streams available over the duration of the framework term.

All Contractors appointed to Lot 2 - Decarbonisation works must hold PAS 2030 certification and ensure all works are carried out in accordance with the latest PAS 2035 Standard.

Compliance with PAS 2035/2030:2023, as well as Trustmark registration, is a requirement of domestic retrofit under government energy efficiency schemes.

II.2.5) Award criteria

Quality criterion: Part D Tender Assessment / Weighting: 50%

Cost criterion: Decarbonisation Schedule of Rates / Weighting: 27%

Cost criterion: Scenario / Weighting: 14%

Cost criterion: Labour Rates / Weighting: 7%

Cost criterion: Scaffolding Rates / Weighting: 2%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-035812

Section V: Award of contract

Title: Sub-Lot1a: Lot 1 Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/04/2024

V.2.2) Information about tenders

Number of tenders received: 22

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

V.2.3) Name and address of the contractor

UK GAS SERVICES LTD

2976617

LEICESTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

A CONNOLLY

03860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GRATTON CONSTRUCTION LTD

14030335

DERBY

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

02242646

KIRKBY IN ASHFIELD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

CONCORDE BGW LTD

02538645

DONCASTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

10654755

MIDDLESEX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IMPART LINKS LTD

04120163

DERBY

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: : 10 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Sub-Lot1b: Lot 1 National

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/04/2024

V.2.2) Information about tenders

Number of tenders received: 16

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

V.2.3) Name and address of the contractor

A CONNOLLY LTD

03860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

02242646

KIRKBY IN ASHFIELD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

10654755

MIDDLESEX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CONCORDE BGW LTD

02538645

DONCASTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDINGS SERVICES UK LTD

01382149

SKELMERSDALE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AXIS EUROPE PLC

1991637

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SYNERGIZE LTD

05294958

HARROGATE

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: : 10 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Sub-Lot1C: Lot 1 Midlands £1M>

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/04/2024

V.2.2) Information about tenders

Number of tenders received: 22

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

V.2.3) Name and address of the contractor

UK GAS SERVICES LTD

2976617

LEICESTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

A CONNOLLY LTD

3860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

04638969

LETCHWORTH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GRATTON CONSTRUCTION LTD

14030335

DERBY

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

02242646

KIRKBY IN ASHFIELD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

CONCORDE BGW LTD

02538645

DONCASTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

10654755

MIDDLESEX

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: : 30 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Sub-Lot1D: Lot 1 National £1M>

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/04/2024

V.2.2) Information about tenders

Number of tenders received: 16

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

V.2.3) Name and address of the contractor

A CONNOLLY LTD

3860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

04638969

LETCHWORTH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

02242646

KIRKBY IN ASHFIELD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

10654755

MIDDLESEX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CONCORDE BGW LTD

02538645

DONCASTER

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES UK LTD

01382149

SKELMERSDALE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AXIS EUROPE PLC

1991637

LONDON

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: : 30 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Sub-Lot2a: Lot 2 Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

V.2.2) Information about tenders

Number of tenders received: 21

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

V.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

04638969

LETCHWORTH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

A CONNOLLY LTD

03860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ALTERNATIVE HEAT LTD

NI054205

BANBRIDGE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LIVGREEN FUTURES LTD

13868463

PLYMOUTH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

EQUANS REGENERATION LTD

1738371

NEWCASTLE UPON TYNE

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

EVERWARM LTD

SC390210

WEST LOTHIAN

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES UK LTD

01382149

SKELMERSDALE

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: : 25 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Title: Sub-Lot2b: Lot 2 National

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

V.2.2) Information about tenders

Number of tenders received: 20

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

V.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

04638969

LETCHWORTH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

A CONNOLLY LTD

03860866

WIGAN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

NOVUS PROPERTY SOLUTIONS LTD

02403551

STOKE-ON-TRENT

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ALTERNATIVE HEAT LTD

NI054205

BANBRIDGE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

1179878

TELFORD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LIVGREEN FUTURES LTD

13868463

PLYMOUTH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

0817560

SWANLEY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

EQUANS REGENERATION LTD

1738371

NEWCASTLE UPON TYNE

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

EVERWARM LTD

SC390210

WEST LOTHIAN

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

02387333

LONDON

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: : 45 000 000 000.00  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 (https://www.westworks.org.uk)

(https://www.westworks.org.uk (https://www.westworks.org.uk))

Advantage South West

(www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

and South East Consortium

(www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

A full list of current members is available at

www.eem.org.uk (https://www.eem.org.uk) (https://www.eem.org.uk

(https://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.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

17/05/2024

Coding

Commodity categories

ID Title Parent category
44220000 Builders joinery Structural products
45262700 Building alteration work Special trade construction works other than roof works
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45422000 Carpentry installation work Joinery and carpentry installation work
45451000 Decoration work Other building completion work
45232140 District-heating mains construction work Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45310000 Electrical installation work Building installation work
45430000 Floor and wall covering work Building completion work
45441000 Glazing work Painting and glazing work
45232141 Heating works Ancillary works for pipelines and cables
45320000 Insulation work Building installation work
45421000 Joinery work Joinery and carpentry installation work
45350000 Mechanical installations Building installation work
45453000 Overhaul and refurbishment work Other building completion work
45440000 Painting and glazing work Building completion work
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
45453100 Refurbishment work Overhaul and refurbishment work
45454000 Restructuring work Other building completion work
45261410 Roof insulation work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45261211 Roof-tiling work Erection and related works of roof frames and coverings
45100000 Site preparation work Construction work
09330000 Solar energy Electricity, heating, solar and nuclear energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances
44221000 Windows, doors and related items Builders joinery

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:
olivia@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.