Contract

Property Improvement Works Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice identifier: 2024/S 000-015646

Procurement identifier (OCID): ocds-h6vhtk-03c8b4

Published 17 May 2024, 9:23am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

ALFRETON

Contact

Olivia Broome

Email

olivia@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

07762614

Internet address(es)

Main address

https://www.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

Property Improvement Works Framework

Reference number

EEM0056

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

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 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.

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: £150,000,000,000

two.2) Description

two.2.1) Title

Lot 1: Contracts < £1m Midlands

Lot No

Sub-Lot1a

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44220000 - Builders' joinery
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Sub-Lot1a: Contracts

two.2.5) Award criteria

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

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

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

Cost criterion - Name: Heating System Installation / Weighting: 4%

Cost criterion - Name: Boiler Installation / Weighting: 4%

Cost criterion - Name: Electrical Rewires Rates / Weighting: 4%

Cost criterion - Name: Roofing Rates / Weighting: 3%

Cost criterion - Name: Schedule of Rates / Weighting: 7%

Cost criterion - Name: Internal Work Rates / Weighting: 4%

Cost criterion - Name: External Work Rates / Weighting: 4%

Cost criterion - Name: Adaptations Rates / Weighting: 4%

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

Cost criterion - Name: Scenario's / Weighting: 4%

Cost criterion - Name: Labour Rates / Weighting: 2%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 1: Contracts < £1m National

Lot No

Sub-Lot1b

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44220000 - Builders' joinery
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45410000 - Plastering work
  • 45421000 - Joinery work
  • 45422000 - Carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45441000 - Glazing work
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 45454000 - Restructuring 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

two.2.4) Description of the procurement

Sub-Lot1b: Contracts

two.2.5) Award criteria

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

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

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

Cost criterion - Name: Heating System Installation / Weighting: 4%

Cost criterion - Name: Boiler Installation / Weighting: 4%

Cost criterion - Name: Electrical Rewires Rates / Weighting: 4%

Cost criterion - Name: Roofing Rates / Weighting: 3%

Cost criterion - Name: Schedule of Rates / Weighting: 7%

Cost criterion - Name: Internal Work Rates / Weighting: 4%

Cost criterion - Name: External Work Rates / Weighting: 4%

Cost criterion - Name: Adaptations Rates / Weighting: 4%

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

Cost criterion - Name: Scenario's / Weighting: 4%

Cost criterion - Name: Labour Rates / Weighting: 2%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 1: Contracts > £1m Midlands

Lot No

Sub-Lot1C

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44220000 - Builders' joinery
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45410000 - Plastering work
  • 45421000 - Joinery work
  • 45422000 - Carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 45454000 - Restructuring work

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.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.

two.2.5) Award criteria

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

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

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

Cost criterion - Name: Heating System Installation / Weighting: 4%

Cost criterion - Name: Boiler Installation / Weighting: 4%

Cost criterion - Name: Electrical Rewires Rates / Weighting: 4%

Cost criterion - Name: Roofing Rates / Weighting: 3%

Cost criterion - Name: Schedule of Rates / Weighting: 7%

Cost criterion - Name: Internal Work Rates / Weighting: 4%

Cost criterion - Name: External Work Rates / Weighting: 4%

Cost criterion - Name: Adaptations Rates / Weighting: 4%

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

Cost criterion - Name: Scenario's / Weighting: 4%

Cost criterion - Name: Labour Rates / Weighting: 2%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 1: Contracts > £1m National

Lot No

Sub-Lot1D

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44220000 - Builders' joinery
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45410000 - Plastering work
  • 45421000 - Joinery work
  • 45422000 - Carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 45454000 - Restructuring 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

two.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.

two.2.5) Award criteria

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

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

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

Cost criterion - Name: Heating System Installation / Weighting: 4%

Cost criterion - Name: Boiler Installation / Weighting: 4%

Cost criterion - Name: Electrical Rewires Rates / Weighting: 4%

Cost criterion - Name: Roofing Rates / Weighting: 3%

Cost criterion - Name: Schedule of Rates / Weighting: 7%

Cost criterion - Name: Internal Work Rates / Weighting: 4%

Cost criterion - Name: External Work Rates / Weighting: 4%

Cost criterion - Name: Adaptations Rates / Weighting: 4%

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

Cost criterion - Name: Scenario's / Weighting: 4%

Cost criterion - Name: Labour Rates / Weighting: 2%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2: Decarbonisation Works Domestic and Commercial Properties Midlands

Lot No

Sub-Lot2a

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44221000 - Windows, doors and related items
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45261215 - Solar panel roof-covering work
  • 45261410 - Roof insulation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.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.

two.2.5) Award criteria

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

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

Cost criterion - Name: Scenario / Weighting: 14%

Cost criterion - Name: Labour Rates / Weighting: 7%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2 - Decarbonisation Works Domestic and Commercial Properties National

Lot No

Sub-Lot2b

two.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 44221000 - Windows, doors and related items
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45261211 - Roof-tiling work
  • 45261215 - Solar panel roof-covering work
  • 45261410 - Roof insulation work
  • 45262700 - Building alteration work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion 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

two.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.

two.2.5) Award criteria

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

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

Cost criterion - Name: Scenario / Weighting: 14%

Cost criterion - Name: Labour Rates / Weighting: 7%

Cost criterion - Name: Scaffolding Rates / Weighting: 2%

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: 2023/S 000-035812


Section five. Award of contract

Title

Sub-Lot1a: Lot 1 Midlands

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2024

five.2.2) Information about tenders

Number of tenders received: 22

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

five.2.3) Name and address of the contractor

UK GAS SERVICES LTD

LEICESTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2976617

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

A CONNOLLY

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

GRATTON CONSTRUCTION LTD

DERBY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

14030335

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

KIRKBY IN ASHFIELD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02242646

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

CONCORDE BGW LTD

DONCASTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02538645

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

MIDDLESEX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10654755

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

IMPART LINKS LTD

DERBY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04120163

The contractor is an SME

Yes

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

Total value of the contract/lot: £10,000,000,000


Section five. Award of contract

Title

Sub-Lot1b: Lot 1 National

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2024

five.2.2) Information about tenders

Number of tenders received: 16

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

five.2.3) Name and address of the contractor

A CONNOLLY LTD

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

KIRKBY IN ASHFIELD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02242646

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

MIDDLESEX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10654755

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CONCORDE BGW LTD

DONCASTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02538645

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SUSTAINABLE BUILDINGS SERVICES UK LTD

SKELMERSDALE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01382149

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

AXIS EUROPE PLC

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1991637

The contractor is an SME

No

five.2.3) Name and address of the contractor

SYNERGIZE LTD

HARROGATE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

05294958

The contractor is an SME

Yes

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

Total value of the contract/lot: £10,000,000,000


Section five. Award of contract

Title

Sub-Lot1C: Lot 1 Midlands £1M>

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2024

five.2.2) Information about tenders

Number of tenders received: 22

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

five.2.3) Name and address of the contractor

UK GAS SERVICES LTD

LEICESTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2976617

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

A CONNOLLY LTD

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

LETCHWORTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04638969

The contractor is an SME

No

five.2.3) Name and address of the contractor

GRATTON CONSTRUCTION LTD

DERBY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

14030335

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

KIRKBY IN ASHFIELD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02242646

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

CONCORDE BGW LTD

DONCASTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02538645

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

MIDDLESEX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10654755

The contractor is an SME

Yes

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

Total value of the contract/lot: £30,000,000,000


Section five. Award of contract

Title

Sub-Lot1D: Lot 1 National £1M>

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 April 2024

five.2.2) Information about tenders

Number of tenders received: 16

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

five.2.3) Name and address of the contractor

A CONNOLLY LTD

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

LETCHWORTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04638969

The contractor is an SME

No

five.2.3) Name and address of the contractor

MATTHEWS AND TANNERT LTD

KIRKBY IN ASHFIELD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02242646

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

BTS PROPERTY SOLUTIONS LTD

MIDDLESEX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10654755

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CONCORDE BGW LTD

DONCASTER

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02538645

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES UK LTD

SKELMERSDALE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01382149

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

AXIS EUROPE PLC

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1991637

The contractor is an SME

No

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

Total value of the contract/lot: £30,000,000,000


Section five. Award of contract

Title

Sub-Lot2a: Lot 2 Midlands

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 April 2024

five.2.2) Information about tenders

Number of tenders received: 21

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

five.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

LETCHWORTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04638969

The contractor is an SME

No

five.2.3) Name and address of the contractor

A CONNOLLY LTD

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ALTERNATIVE HEAT LTD

BANBRIDGE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

NI054205

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

LIVGREEN FUTURES LTD

PLYMOUTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

13868463

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

EQUANS REGENERATION LTD

NEWCASTLE UPON TYNE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

EVERWARM LTD

WEST LOTHIAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

SC390210

The contractor is an SME

No

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES UK LTD

SKELMERSDALE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

01382149

The contractor is an SME

Yes

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

Total value of the contract/lot: £25,000,000,000


Section five. Award of contract

Title

Sub-Lot2b: Lot 2 National

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 April 2024

five.2.2) Information about tenders

Number of tenders received: 20

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

five.2.3) Name and address of the contractor

FORTEM SOLUTIONS LTD

LETCHWORTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04638969

The contractor is an SME

No

five.2.3) Name and address of the contractor

A CONNOLLY LTD

WIGAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03860866

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

NOVUS PROPERTY SOLUTIONS LTD

STOKE-ON-TRENT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02403551

The contractor is an SME

No

five.2.3) Name and address of the contractor

ALTERNATIVE HEAT LTD

BANBRIDGE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

NI054205

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DODD GROUP (MIDLANDS) LTD

TELFORD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1179878

The contractor is an SME

No

five.2.3) Name and address of the contractor

LIVGREEN FUTURES LTD

PLYMOUTH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

13868463

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNITED LIVING (SOUTH) LTD

SWANLEY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

0817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

EQUANS REGENERATION LTD

NEWCASTLE UPON TYNE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

EVERWARM LTD

WEST LOTHIAN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

SC390210

The contractor is an SME

No

five.2.3) Name and address of the contractor

LOVELL PARTNERSHIPS LTD

LONDON

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02387333

The contractor is an SME

No

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

Total value of the contract/lot: £45,000,000,000


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 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.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom