web-banner-marketing2

Market Leads & Opportunities

UK-Nottingham: Doors.

Type of document: Contract Notice
Country: United Kingdom

UK-Nottingham: Doors.
Section I: Contracting Authority
I.1) Name and addresses
Efficiency East Midlands Ltd
Icon@Pure Offices, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
Tel. +44 1623859786, Email: Amy@eem.org.uk
Contact: Amy
Main Address:
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Body governed by public law (Procurement Consortia)
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Manufacture and Installation of Aluminium and Composite Entrance Doors
Reference Number: EEM0063
II.1.2) Main CPV Code:
44221200 – Doors.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This Framework will ensure National coverage to support our Members with requirements for Aluminium and Composite Entrance Doors and associated products across their property stock. Installation shall be required within a range of property types including, but not limited to, blocks of flats, offices, hospitals, student accommodation and schools.

The main elements covered by this framework will be:

 Manufacture, Supply and Installation of Aluminium Security Doors and Frames – (Wood/GRP Faced Door Leaf)
 Manufacture, Supply and Installation of Aluminium Security Doors and Frames (Aluminium Modular Style Door Leaf)
 Aluminium Security Doors and Frames (Wood Grain)
 Preventative Maintenance Plans
 Re- Installation of Existing Access Control and Fire Alarm Systems
 Emergency Responsive Repair for Doors that are In-operable
 General works associated with the above
II.1.5) Estimated total value:
Value excluding VAT: 200,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
45421131 – Installation of doors.
42961100 – Access control system.
44221220 – Fire doors.
44521110 – Door locks.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: This Framework will support our Members who require Aluminium and Composite Entrance Doors and associated products across their property stock. Installation shall be required within a range of property types including, but not limited to, blocks of flats, offices, hospitals, student accommodation and schools.

The main elements covered by this framework will be:
 Manufacture, Supply and Installation of Aluminium Security Doors and Frames – (Wood/GRP Faced Door Leaf)
 Manufacture, Supply and Installation of Aluminium Security Doors and Frames (Aluminium Modular Style Door Leaf)
 Aluminium Security Doors and Frames (Wood Grain)
 Preventative Maintenance Plans
 Re- Installation of Existing Access Control and Fire Alarm Systems
 Emergency Responsive Repair for Doors that are In-operable
 General works associated with the above
II.2.5) Award criteria:
Criteria below
Quality criterion – Name: Method Statement Questions / Weighting: 40

Cost criterion – Name: Pricing Schedule / Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 200,000,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The Authorised Users of the Framework Agreements being advertised by this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice are:
1 Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being one of the organisations identified at www.efficiency-em.co.uk and
2 Any Future Member of EEM — being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents of EEM and in respect of which such organisation notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise begun by publication of this Contract Notice that such organisation is an Authorised User. Future EEM Members may include consortia made up of organisations which would
themselves individually be a Future EEM Member and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of the special purpose vehicle that own and control that special purpose vehicle; and
3 An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member (as defined at 1 above) nor a Future Member of EEM (as defined at 2 above) but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in one or more geographic area in which it operates and is a local authority i.e. a County,Metropolitan (City), District or Borough Council or a Unitary Authority in England or Wales or is an Arm’s Length Management Organisation (‘ALMO’) or any statutory replacement or successor organisation managed by such local authority under a management agreement under section 27 of the Housing Act
1985(or subsequent legislation) or is a provider of social housing registered as a registered provider with the Homes and Communities Agency or as a registered social landlord with the Welsh Ministers or (in the case of EEM) is an NHS Trust (which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education or further education college or other public sector organisation and in all cases in respect of any such contracting authority organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise being advertised by this Contract Notice that such organisation is an Authorised User of the Framework Agreements, EEM Participants may include consortia made up of organisations which would themselves individually be an EEM Participant and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of that special purpose vehicle that own and control that special purpose vehicle. Details of the Members of EEM at the date of this Contract Notice and the current Authorised Users can be obtained from the following website address www.efficiency-em.co.uk For the purpose of this Notice, the geographical area of local authorities and the names of those authorities are identifiable by reference to the Direct Gov website at www.gov.uk A full list of all current registered providers can be found at www.homesandcommunities.gov.uk and of all current registered social landlords can be found atwww.gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales A full list of
NHS organisations can be found at: www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspxwww.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
A full list of educational establishments including Universities, Higher Education colleges and Further Educationcolleges can be found at and
Reference to legislation in this Contract Notice includes successor and/or replacement legislation. EEM reserves the right not to advertise or award any Framework Agreements at the end of the procurement exercise begun by publication of this PIN Notice or to award only part of parts of the proposed works and reserves the right not to award any one or more Lot. The Authorised Users will have requirements predominantly within the East Midlands but not exclusively so and may in the future have requirements in other parts of England and Wales. Authorised Users in other parts of England and Wales may also access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice. The successful economic operators may therefore expect the Framework Agreements to be awarded atc onclusion of this procurement exercise to be operated and implemented throughout England and Wales. EEM operates a range of existing supply chain arrangements with which successful economic operators will need to interface. Framework Agreements may be awarded on a multi client as well as a single client basis with
the facility for Authorised Users to join both. The Call Off Contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of this Contract Notice may extend for a duration of up to 2 years
beyond expiry of the 4-year term of the Framework Agreements. Please note that the total potential value stated in II.2.6) is for the full 4-year framework and also takes into consideration that EEM membership may grow over the life of the framework.

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Communal Entrance Doors must be complaint with the Equality Act (2010) and the Accreditation/Qualifications listed within section B3.6 of the Tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The information and formalities set out in Directive 2014/24/EU of the European Parliament and of the Council and Regulations 56 to 64 of the Public Contract Regulations 2015, as set out in the procurement documents.This tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4) of this contract notice.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open

IV.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
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 24 – 38448
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/08/2016 Time: 12:30

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 10/08/2016
Time: 13:30

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
Correspondance Team, Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 08/07/2016

Annex A