The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
EEM0072 Supply and Distribution of Materials Framework
Reference number: EEM0072
II.1.2) Main CPV code
44110000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. https://eem.org.uk/
EEM is conducting this tender exercise for the renewal of our existing Materials Framework (EEM0072) that expires on 31st March 2025 and our Supply of Kitchen Units Framework (EEM0074) that expires in 2024.
Our new Framework has a planned go live of 01st April 2025 with a lead in period before.
The Framework will provide EEM Members and Users with a provision for the supply and distribution of materials which fall in to one of the following lots:
Lot 1 - Managed Solution
• Lot 1a - Managed Solution National
• Lot 1b - Managed Solution Regional Independent Supplier
Lot 2 - Trade Specific Materials
• 2a - General Building Materials including Timber, Joinery and flooring Materials
• 2b - Electrical Materials
• 2c - Plumbing, Heating and Gas (Domestic and Commercial)
Materials
• 2d - Renewable Technologies and associated Materials
• 2e - Kitchen Materials
• 2f - Aids and Adaptation Materials
• 2g - Roofing Materials
Lot 3 - Tool and Plant Equipment Hire
The Framework 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.
II.1.5) Estimated total value
Value excluding VAT:
661 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers who are submitting for Lot 1 are only permitted to apply for either Lot 1a Managed Solution National or Lot 1b Managed Solution Regional Independent Supplier and not both lots. Organisations who submit a bid for a place on Lot 1a Managed Solution National or Lot 1b Managed Solution Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G. Suppliers who are submitting for Lot2 are permitted to apply for more than one of the trade specific sublots A-G. Suppliers will need to submit a Part D for all lots you submit for.The Framework will not restrict trade specific contracts from being awarded to a Managed Solution Supplier via Lot 1, if the Member or User decides the service provision meets their requirements better than a Supplier through Lot 2 Trade Specific Materials.
Lot No: 1A
II.2.1) Title
Lot 1A - Managed Solution National
II.2.2) Additional CPV code(s)
44100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot 1a Managed Solution National will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas ,Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked 'kits', out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities.
Up to 8 Suppliers will be appointed to Lot 1A Managed Solution National .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 1 Managed Solutions
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
230 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 1B
II.2.1) Title
Lot 1B - Managed Solution Regional Independent Supplier
II.2.2) Additional CPV code(s)
44100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot 1 B Managed Solution Regional Independent Supplier will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas ,Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked 'kits', out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities.
Up to 8 Suppliers will be appointed to Lot 1B Managed Solution Regional Independent Supplier .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 1 Managed Solutions
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2A
II.2.1) Title
Lot 2A - General Building Materials including Timber, Joinery and flooring Materials
II.2.2) Additional CPV code(s)
03419000
44111000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2A will cover the supply and distribution of General Building Materials including Timber and Joinery Materials .
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute General Building Materials including Timber and Joinery Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2A General Building Materials including Timber and Joinery Materials.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2A General Building
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2B
II.2.1) Title
Lot 2b - Electrical Materials
II.2.2) Additional CPV code(s)
31681200
31681300
31681400
31681410
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2B will cover the supply and distribution of Electrical Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Electrical Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2B Electrical Materials.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2B Electrical
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
59 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2C
II.2.1) Title
Lot2C - Plumbing, Heating and Gas Materials
II.2.2) Additional CPV code(s)
44115200
44115210
44115220
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2C will cover the supply and distribution of Plumbing, Heating and Gas (Domestic and Commercial) Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Plumbing, Heating and Gas (Domestic and Commercial) Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2C Plumbing, Heating and Gas (Domestic and Commercial) Materials .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2C Plumbing , Heating and Gas
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
108 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2D
II.2.1) Title
Lot 2D - Renewable Technologies and Associated Materials
II.2.2) Additional CPV code(s)
09331100
09331200
42511110
44100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2D will cover the supply and distribution of Renewable Technologies and associated Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Renewable Technologies and Associated Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2D Renewable Technologies and Associated Materials .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2D Renewable Technologies and Materials
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
33 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2E
II.2.1) Title
Lot 2E Kitchen Materials
II.2.2) Additional CPV code(s)
39141200
39141300
39141400
44111000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2E will cover the supply and distribution of Kitchen Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Kitchen Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2E Kitchen Materials .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2E Kitchens
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
55 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2F
II.2.1) Title
Lot 2F Aids and Adaptation Materials
II.2.2) Additional CPV code(s)
33196000
44111000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2F will cover the supply and distribution of Aids and Adaptation Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Aids and Adaptation Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2F Aids and Adaptation Materials .
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2F Aids & Adaptation Materials
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: 2G
II.2.1) Title
Lot2G - Roofing Materials
II.2.2) Additional CPV code(s)
44111000
44112400
44112410
44112420
44112430
44112500
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Lot2G will cover the supply and distribution of Roofing Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Roofing Materials via both delivery and counter service offering or counter collections or delivery service.
Up to 8 Suppliers will be appointed to Lot 2G Roofing Materials.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 2G Roofing Materials
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
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
II.2.14) Additional information
Organisations who submit a bid for a place on Lot 1 Managed Solution 1a National or 1b Regional Independent Supplier will NOT be permitted to submit a tender for a place on Lot 2 Trade Specific Materials 2A - 2G.
The Framework will not restrict Members from awarding a trade specific materials contract to a Supplier via Lot 1 Managed Solution if the Member does not want to award to a supplier under the relevant lot via Lot 2 Trade Specific Materials, the route and choice of Supplier to award to will be dictated by the Members requirements in a mini competition, direct award or pricing exercise via the Framework.
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
Lot No: Lot 3
II.2.1) Title
Lot 3 Tool and Plant Equipment Hire Tool and Plant Equipment Hire and Purchase
II.2.2) Additional CPV code(s)
31120000
42410000
42600000
43130000
43262000
43300000
44510000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Hire will typically be on a without operator basis and may be on a short or long-term basis to suit Members and Users requirements and the types of equipment includes but is not limited to the below.
• Hand Tools
• Power Tools
• Lifting and Handling Equipment
• Roofing Supports, Towers, Podiums and Ladders
• Site Setup Equipment
• Site Safety Equipment
Lot 3 will also permit the purchase of Plant Machinery, Site Equipment, Plant, Tools and associated equipment where a Member has conducted a cost analysis on hire v buy and the analysis shows the Member would be better to outright purchase rather than hire.
The above is not an exhaustive description of the types of tool and plant equipment required for hire or purchase via Lot 3 and the Framework will have provision for product lines to be added during the Framework's lifetime should Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Members and Users specific requirements will be agreed with the Supplier under their call off from the framework but are subject to change based need and or the identified levels of usage for an extended period.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value and Sustainability Assessment
/ Weighting: 15%
Quality criterion: Interview and Presentation
/ Weighting: 45%
Cost criterion: Part C - EEM0072 - Pricing Schedule - Lot 3 Tool and Plant Equipment Hire
/ Weighting: 40%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
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
II.2.14) Additional information
The framework will allow for the provision of additional product lines to be added under any of the listed lots should appointed Suppliers ,Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be able to use additional product lines within their selection process from the framework.
The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to ten years beyond expiry of the four-year term of the Framework Agreement for Lot 1 (1a and 1b) Managed Solution contracts to take account of the contractual and legal sign off, mobilisation period, operative engagement sessions and upfront investment, data, IT integration and testing .
The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts (Lots 2A - 2G) and Lot 3 Tool and Plant Equipment Hire .
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 lots structure, length of call off contracts and that the EEM membership and authorised users may grow over the framework lifetime.
Where the contract notice states a maximum of suppliers to be appointed to the Framework or lots, 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.
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