Tender

Decorating Materials, Cyclical Decoration & Tenant Options Vouchers

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-004257

Procurement identifier (OCID): ocds-h6vhtk-038a82

Published 10 February 2023, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3, Maises Way

Alfreton

DE55 2DS

Contact

Roger Martin

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

07762614

Internet address(es)

Main address

https://eem.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://xantive.supplierselect.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://xantive.supplierselect.com

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Decorating Materials, Cyclical Decoration & Tenant Options Vouchers

Reference number

EEM0005

two.1.2) Main CPV code

  • 45451000 - Decoration work

two.1.3) Type of contract

Works

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium set up to drive cost and efficiency savings in the public sector.

Since 2010, EEM and its Members have worked together to deliver comprehensive yet simplified procurement solutions, which offer a wide range of compliant, competitive and high-quality products and services. EEM's vision is to develop a collaborative working approach, which delivers the fullest possible range of organisational, financial and social benefits.

EEM was formed in 2010 with five founding members, all housing providers determined to reap the benefits of collaborative procurement. Our membership has now grown to 299 public sector organisations including Housing Associations and ALMO's, Local Authorities, NHS Trusts, Education Providers, Emergency Services, Government Agencies and Charities.

EEM also work in collaboration with 3 like-minded procurement consortia - Westworks, South East Consortium and Advantage South West. This means that on behalf of our Members, the Consortiums can utilise each other's Frameworks. The aim is to work together to align processes and practices where possible and provide the best possible service to our combined membership.

This Framework will be available to all members from other consortia but managed by the EEM Team.

EEM are conducting this tender exercise to procure a Decorating Materials, Vouchers and Cyclical Decoration Works Framework to replace our existing Framework which will expire on Friday 23rd April 2022. The Framework will provide EEM Members with a provision for Decorating Materials on a delivery and counter collection basis, non-cash based Voucher or Card schemes and Cyclical Decoration Works to property Exterior and Interiors.

The Framework will be split into the following workstream Lots:

• Lot 1 - Delivery and Counter Collection

• Lot 2 - Cyclical Interior and Exterior Decoration

• Lot 3 - Tenant Options Voucher Scheme

Lot 1 is being created to support Members who have a requirement for a supplier of Decoration Materials either delivered or collected. Expected materials will include but not be limited to:

• Matt Paint, Satin Paint, Gloss Paint, Exterior grade paints for Stone, brick, Metal, Plastic and other finishes

• Primers and Undercoats

• Fire retardant paints, Mould resisting paints and other technical paints

• Wallpapers and wall coverings, adhesives for paper and tile, sealants, grouts and caulks.

• Decorating tools and sundries

Lot 2 is being created to support EEM Members who have a requirement for external or internal decoration work to residential or commercial properties. This will include but is not limited to:

• Removing all blistered or defective coatings

• Rubbing down & Washing down

• Priming surfaces of various material types

• Applying multiple coats of different types of paint

• Removing and replacing glazing putty

• Sealing & Caulking

• Applying Varnish systems

• Washing down with liquid soaps & Fungicidal washes

• Making Good open holes and defects

Lot 3 is being created to support Members who have a requirement for a non cash based, card or Voucher scheme. This will include an online management system for the distribution of specified decorating materials to Tenants

Further details and how to review the documentation please:

Go to the portal

https://xantive.supplierselect.com/

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Delivery & Counter Collection

Lot No

1

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The core area of work for most EEM Members is classed as Repairs and Maintenance and many will employ their own operatives to undertake decoration works to properties. Requirements for this Lot will range from a single tin of mixed paint for a specific job through to bulk delivery of materials to restock a stores facility.

Lot 1 is being created to support Members who have a requirement for a supplier of Decoration Materials either delivered or collected. Expected materials will include but not be limited to:

• Matt Paint, Satin Paint, Gloss Paint, Exterior grade paints for Stone, brick, Metal, Plastic and other finishes

• Primers and Undercoats

• Fire retardant paints, Mould resisting paints and other technical paints

• Wallpapers and wall coverings, adhesives for paper and tile, sealants, grouts and caulks.

• Decorating tools and sundries

two.2.5) Award criteria

Quality criterion - Name: Quality Assessment / Weighting: 40%

Cost criterion - Name: Pricing / Weighting: 60%

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Contracts may extend up to Five years beyond the life of the Framework.

two.2) Description

two.2.1) Title

Cyclical Interior & Exterior Decoration

Lot No

2

two.2.2) Additional CPV code(s)

  • 39191100 - Wallpaper
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

This Lot will be subdivided into two Geographical regions.

Lot2 (Sublot1) Midlands

Lot2 (Sublot2) National

The defined geographical regions stated above for Lot Two represent the needs of our core membership. For clarity the definition for each Sub-Lot type is provided below:

• Sub Lot 1 (Midlands) - this Sub-Lot will cover the specific regions (and Counties) stated and will be used as and when Members have a requirement within a single or multiple regions. Where the requirement covers multiple regions, it would need to be within one of the defined areas i.e. multiple regions within the Midlands.

• Sub Lot 2 (National coverage) - this lot will be used where a Member owns, manages and maintains properties across multiple regions. i.e. they have properties in West Wales, London and Merseyside for example. It will also be used for any current or new Members that sit outside of Sub-Lot One (Midlands) i.e. a new Member based in South Yorkshire.

two.2.4) Description of the procurement

Internal Cyclical Decoration

Shifting position of furniture

Sheeting up

Removal of cracked or blistered failed surface decoration

Washing and rubbing down of surfaces prior to commencing decoration

Removal of wallpapers

Priming surfaces

Applying various types of paint, such as Matt or Satin Emulsion, Gloss, Fire Retardant

Hanging wallpapers

Making good holes and gaps with fillers, caulk or silicone

Minor repair work such as replacing lengths of skirting or architrave following decoration

Minor plastering work for areas to large to fill

Refitting loose floor covering following decoration works

External Cyclical Decoration

Cleaning out guttering prior to decoration

Priming and decoration of guttering

Preparatory work on masonry or render

Application of primers or stabilisers

Application of various types of external paint system.

Preparatory work on timber

Application of varnishes

Removing and replacing putty or beading

two.2.5) Award criteria

Quality criterion - Name: Quality Assessment / Weighting: 40%

Cost criterion - Name: External Decoration / Weighting: 25%

Cost criterion - Name: Internal Decoration / Weighting: 25%

Cost criterion - Name: Scenario / Weighting: 10%

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework may extend for a duration of up to five years beyond expiry of the four year term.

two.2) Description

two.2.1) Title

Tenant Options Voucher Scheme

Lot No

3

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

This Lot is being offered on a National basis

two.2.4) Description of the procurement

In order to ensure the best possible result for Members it is not the aim of this specification to limit the scope of Tenant Options Voucher Schemes and this document is intended to serve as an indicator of the desired outcomes.

There are several ways which these requirements could be fulfilled, and Suppliers appointed to this Lot are encouraged to show flexibility in their approach to Members requirements.

Options for Suppliers to consider which Members have made use of in the past include:

Allocation of Product on a Points System. This includes the creation of catalogue of materials that will be available to Tenants. Each item will be allocated a points value based on the monetary cost. Following works at their property a Tenant will be allocated a points total relevant to the level of compensation required. The points allocation will be decided by the Member and notified to the Supplier and tenant.

Room/Property Packs. This has included the creation of standardised "Packs". The packs will be devised by the Member in conjunction with the Supplier.

As an example: In the case of decoration, following works to a tenant's bathroom they will be provided with a voucher which entitles them to a complete pack of materials deemed suitable for the decoration of a bathroom. Tenants will be able to choose the colour of paints included but the quantity and types of materials will be set by the pack type.

Monetary Vouchers. This option will include the creation of vouchers and/or pre-paid cards to a specific monetary value that can be spent on any decorating materials required by the tenant at specific retailers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework may extend for a duration of up to five years beyond the expiry of the four year term of the Framework.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-034292

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

Date

24 March 2023

Local time

2:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 March 2023

Local time

8:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

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

The Cabinet Office

Correspondence Team , Whitehall

London

SW1A 2AS

Country

United Kingdom