Contract

PPE, Workwear, Janitorial And Site Equipment Supplies Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice identifier: 2024/S 000-022083

Procurement identifier (OCID): ocds-h6vhtk-0438c7

Published 17 July 2024, 3:33pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

EEM Ltd

Alfreton

DE55 2DS

Contact

Rosie Maltby

Email

rosie@eem.org.uk

Telephone

+44 1246395607

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

PPE, Workwear, Janitorial And Site Equipment Supplies Framework

Reference number

EEM0023

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

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 360 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 PPE, Workwear, Janitorial And Site Equipment Supplies Framework to replace our existing Framework which expired in May 2024.

two.1.6) Information about lotsII.1.6) Information about lots

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: £50,000,000

two.2) Description

two.2.1) Title

PPE

Lot No

1

two.2.2) Additional CPV code(s)

  • 18130000 - Special workwear
  • 18141000 - Work gloves
  • 18142000 - Safety visors
  • 18143000 - Protective gear
  • 18800000 - Footwear

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 1 is being created to support Members with their requirement for the supply of Personal Protective Equipment supplies through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Breathing Apparatus

Eye and Face Protection

Fall Management

Head Protection

Hearing Protection

Respiratory Protection

Hand Protection

Safety Footwear

Body Protection

First Aid

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Workwear

Lot No

2

two.2.2) Additional CPV code(s)

  • 18130000 - Special workwear
  • 18140000 - Workwear accessories

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)

two.2.4) Description of the procurement

Lot 2 is being created to support Members with their Workwear supplies for health and safety through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Trousers

Polo Shirts

Sweatshirts

T-Shirts

Fleece

Thermal Wear

Jackets

Hi-Visibility Clothing

Weather Wear

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Janitorial Supplies

Lot No

3

two.2.2) Additional CPV code(s)

  • 39830000 - Cleaning products

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 3 is being created to support Members with their provision of janitorial equipment, specifically referring to tools and machines used to maintain their buildings and facilities through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to Janitorial Supplies and Washroom Hygiene Supplies

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Tools, Equipment and Signage

Lot No

4

two.2.2) Additional CPV code(s)

  • 34992200 - Road signs
  • 35113100 - Site-safety equipment
  • 44423200 - Ladders

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 4 is being created to support Members with the supply of Tools, Equipment and Signage for safety or management purposes through a counter collection offering and direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

It is vital for our Members that the supply chain is capable of supplying quality materials at competitive rates but also deliver the required service level requirements to enable them to meet their own objectives and commitments. The key features valued by our Members are:

• Sufficient coverage in their area to support a mobile workforce

• Next day direct deliveries to stores, site and depots or any designated delivery point as requested by the Member.

• Counter collection offering

• Guaranteed stock holding against an agreed core list

• Dedicated Account Manager

• Reporting data to assist with continuous improvement and review of products

• Customer portal availability

The range of products likely to be supplied include, but are not limited to:

Ladders

Steps

Tools

Workplace Safety Equipment

Health and Safety

two.2.5) Award criteria

Quality criterion - Name: Tender Assessment / Weighting: 30

Quality criterion - Name: Interview and Presentation / Weighting: 20

Cost criterion - Name: Pricing Schedule / Weighting: 35

Cost criterion - Name: Scenario / Weighting: 15

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-004409


Section five. Award of contract

Lot No

1

Title

Lot 1 - PPE

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2024

five.2.2) Information about tenders

Number of tenders received: 7

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

five.2.3) Name and address of the contractor

Protective Wear Supplies Ltd

Plymouth

Country

United Kingdom

NUTS code
  • UKL - Wales
Companies House

08393062

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arco Limited

Hull

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

133804

The contractor is an SME

No

five.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2902454

The contractor is an SME

No

five.2.3) Name and address of the contractor

SMI INT Group Limited

Petersfield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

07644080

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

Sheffield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1253792

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rexel UK Ltd

Birmingham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

434724

The contractor is an SME

No

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

Total value of the contract/lot: £20,000,000


Section five. Award of contract

Lot No

2

Title

Lot 2 - Workwear

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2024

five.2.2) Information about tenders

Number of tenders received: 6

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

five.2.3) Name and address of the contractor

Protective Wear Supplies Ltd

Plymouth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08393062

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

Sheffield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1253792

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2902454

The contractor is an SME

No

five.2.3) Name and address of the contractor

Arco Limited

Hull

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

133804

The contractor is an SME

No

five.2.3) Name and address of the contractor

SMI INT Group Limited

Petersfield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

07644080

The contractor is an SME

Yes

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

Total value of the contract/lot: £20,000,000


Section five. Award of contract

Lot No

3

Title

Janitorial Supplies

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2024

five.2.2) Information about tenders

Number of tenders received: 6

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

five.2.3) Name and address of the contractor

Protective Wear Supplies Ltd

Plymouth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08393062

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arden Winch & Co.Ltd

Sheffield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1253792

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Arco Limited

Hull

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

133804

The contractor is an SME

No

five.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2902454

The contractor is an SME

No

five.2.3) Name and address of the contractor

Knighton Janitorial Limited

Derby

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10481291

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Alliance Disposables Ltd

Crewe

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03747333

The contractor is an SME

No

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

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


Section five. Award of contract

Lot No

4

Title

Lot 4 - Site Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 May 2024

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

Protective Wear Supplies Ltd

Plymouth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

08393062

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bunzl UK Ltd trading as Greenham

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

2902454

The contractor is an SME

No

five.2.3) Name and address of the contractor

Rexel UK Ltd

Birmingham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

434724

The contractor is an SME

No

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

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


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)

Advantage South West (www.advantagesouthwest.co.uk and South East Consortium (www.southeastconsortium.org.uk)

A full list of current members is available 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