Contract

EEM0063 Communal Entrance Doors Framework (25-29)

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice identifier: 2025/S 000-006500

Procurement identifier (OCID): ocds-h6vhtk-048a73

Published 21 February 2025, 8:32am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Alfreton

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EEM0063 Communal Entrance Doors Framework (25-29)

Reference number

EEM0063 (25/29)

two.1.2) Main CPV code

  • 45421131 - Installation of doors

two.1.3) Type of contract

Works

two.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 including 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.

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

EEM have awarded an Communal Entrance Doors Framework (EEM0063) to replace the existing Framework which expired on 10th January 2025.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £255,000,000

two.2) Description

two.2.1) Title

Supply and Installation of Aluminium Communal Entrance Doors (including maintenance)

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 42961100 - Access control system
  • 44221200 - Doors
  • 44221211 - Door frames
  • 44221220 - Fire doors
  • 44521100 - Locks
  • 44521110 - Door locks
  • 44523000 - Hinges, mountings and fittings
  • 45421100 - Installation of doors and windows and related components
  • 45421111 - Installation of door frames
  • 45421131 - Installation of doors
  • 45421160 - Ironmongery work
  • 50610000 - Repair and maintenance services of security equipment

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

two.2.4) Description of the procurement

Contractors appointed to our Communal Entrance Door Framework (EEM0063) will cover the design, manufacture, supply and installation of aluminium communal entrance doors and doorsets in a range of sizes, colour, finishes and door furniture and hardware options including entrance door maintenance on a basic or comprehensive basis with a responsive service for inoperable doors and urgent repairs.

Coverage will be National - Contractors are be able to provide services in at least 5 of the

locations listed below:

North East (England)

North West (England)

Yorkshire and the Humber

East Midlands (England)

West Midlands (England)

East of England

London

South East (England)

South West (England)

Wales

two.2.5) Award criteria

Quality criterion - Name: Method Statement Assessment / Weighting: Pass/Fail

Quality criterion - Name: Pass/Fail Questions / Weighting: Pass/Fail

Quality criterion - Name: Interview and Presentation / Weighting: 40%

Cost criterion - Name: Survey & Associated SOR's / Weighting: 7.5%

Cost criterion - Name: Supply & Install SOR's / Weighting: 20%

Cost criterion - Name: Maintenance SOR's / Weighting: 15%

Cost criterion - Name: Supply & Install Scenarios / Weighting: 5%

Cost criterion - Name: Maintenance Scenarios / Weighting: 5%

Cost criterion - Name: Labour & Call Out Rates / Weighting: 7.5%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Supply and Installation of Steel Communal Entrance Doors (including maintenance)

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 14622000 - Steel
  • 42961100 - Access control system
  • 44221200 - Doors
  • 44221210 - Door blanks
  • 44221211 - Door frames
  • 44221220 - Fire doors
  • 44520000 - Locks, keys and hinges
  • 45421111 - Installation of door frames
  • 45421131 - Installation of doors
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

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

two.2.4) Description of the procurement

Lot 2 of this framework covers the supply, installation and maintenance of steel communal entrance doors to include the renewal of access control systems.

Services delivered via this framework will be to domestic and commercial properties. There may be occasions where a member requires contractors to enter occupied premises for requirements.

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

Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages.

Coverage will be National - Contractors are able able to provide services in at least 5 of the locations listed below:

North East (England)

North West (England)

Yorkshire and the Humber

East Midlands (England)

West Midlands (England)

East of England

London

South East (England)

South West (England)

Wales

two.2.5) Award criteria

Quality criterion - Name: Method Statement Assessments / Weighting: Pass/Fail

Quality criterion - Name: Pass/Fail Questions / Weighting: Pass/Fail

Quality criterion - Name: Interview and Presentation / Weighting: 40%

Cost criterion - Name: Survey and Associated Schedule of Rates / Weighting: 7.5%

Cost criterion - Name: Supply and Installation Schedule of Rates / Weighting: 20%

Cost criterion - Name: Maintenance Schedule of Rates / Weighting: 15%

Cost criterion - Name: Supply & Install Scenarios / Weighting: 5%

Cost criterion - Name: Maintenance Scenarios / Weighting: 5%

Cost criterion - Name: Labour and Call Out Rates / Weighting: 7.5%

two.2.11) Information about options

Options: No


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

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-031737


Section five. Award of contract

Lot No

Lot 1

Title

Supply and Installation of Aluminium Communal Entrance Doors (including maintenance)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 January 2025

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

F Bamford (Engineering) Ltd

Stockport

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01820820

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EA-RS Fire Engineering T/A CCSS Fire & Security Ltd

Essex

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03543850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Grosvenor Aptec Ltd

Wrexham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02765275

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Security Surveillance Ltd

Bickerstaffe

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03110764

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bradbury Group Ltd

Scunthorpe

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02752887

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £155,000,000 taken into consideration


Section five. Award of contract

Lot No

Lot 2

Title

Supply and Installation of Steel Communal Entrance Doors (including maintenance)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 January 2025

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

ABCA Systems T/A HBS Fabrication NW Ltd

Clitheroe

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

12447643

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Martec Engineering Ltd

Glasgow

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

SC165315

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £100,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise which began by publication of the Contract Notice 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 term 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 stated a maximum of suppliers to be appointed to the Framework, this means within each lot.

This framework has been procured and awarded 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 to access 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 and awarded 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 Agreement being awarded at conclusion of the procurement exercise which began 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 andWales, including but not limited to

https://www.gov.uk/government/publications/registered-providers-of-social-housing

(https://www.gov.uk/government/publications/registeredproviders-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 CareBoards 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.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom