web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Alfreton: EEM0072 Supply and Distribution of Materials Framework

Type of document: Contract award
Country: United Kingdom
Publication Ref: 018254/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable

Contract award notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: EFFICIENCY EAST MIDLANDS LIMITED
National registration number: 07762614

Postal address: 3 Maisies Way
Town: Alfreton
Region: UKF12
Postal code: DE552DS
Country: United Kingdom

Contact Person: Rosie Maltby
Telephone: +44 1246395610
Email: tenders@eem.org.uk

Internet address

I.2) Information about joint procurement
The contract is awarded by a central purchasing body

I.3) Communication
Additional information can be obtained from
the abovementioned address

I.4) Type of the contracting authority
Body governed by public law

I.5) Main activity
General public services

II) Object
II.1.1) Title
EEM0072 Supply and Distribution of Materials Framework
Reference number: EEM0072

II.1.2) CPV Codes
Main CPV code
44110000

II.1.3) Type of contract
Supplies

II.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements.
EEM conducted this tender exercise to procure a Materials Framework to replace our existing Materials Framework (EEM0072) that expires on 31st March 2025 and our Supply of Kitchen Units Framework (EEM0074) that expired in 2024.
The new framework commenced on 01st April 2025 with a lead in period before. The Framework provides EEM Members and Users with a provision for the supply and distribution of materials which fall in to one of the following lots:
Lot 1 – Managed Solution
• Lot 1a – Managed Solution National
• Lot 1b – Managed Solution Regional Independent Supplier
Lot 2 – Trade Specific Materials
• 2a – General Building Materials including Timber, Joinery and flooring Materials
• 2b – Electrical Materials
• 2c – Plumbing, Heating and Gas (Domestic and Commercial)
Materials
• 2d – Renewable Technologies and associated Materials
• 2e – Kitchen Materials
• 2f – Aids and Adaptation Materials
• 2g – Roofing Materials
Lot 3 – Tool and Plant Equipment Hire
The Framework has been procured 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 access to 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 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 Agreements to be awarded at conclusion of the procurement exercise begun 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.

II.2) Description
II.2.1) Title
Lot 1A – Managed Solution National
Lot No
1A

II.2.2) Additional CPV code(s)
Main CPV code
44100000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot 1a Managed Solution National will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas ,Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked ‘kits’, out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities. Additional information: Lot 1 Managed Solution allows for trade specific contracts to be awarded to a Managed Solution supplier.
There is flexibility for members at the discretion of EEM to invite both national and regional Managed Solution suppliers to a competition.
The call-off contracts awarded via Lot 1 (1a and 1b) pursuant to the framework agreements to be entered at conclusion of the procurement exercise can be awarded 5 years beyond expiry of the framework term and contracts awarded for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 1 Managed Solutions
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 1B – Managed Solution Regional Suppliers
Lot No
1B

II.2.2) Additional CPV code(s)
Main CPV code
44100000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot 1 B Managed Solution Regional Independent Supplier will support Members and Users looking for a Supplier to provide a full range of materials including; General Building Materials including Timber and Joinery Materials, Electrical Materials, Plumbing , Heating and Gas, Renewable Technologies and Materials, Kitchen Materials, Aids & Adaptation Materials, Roofing Materials either directly or in collaboration with third parties.
This Lot will encompass the traditional requirements for over the counter collections, deliveries and van stock management but will also involve a range of enhanced options which will provide Members with the most efficient, cost effective and tailor made solution to meet their requirements.
The above is not an exhaustive list of the types of Materials available for supply under Lot 1 as the Framework will allow for the provision of additional product lines to be added should
Members require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Additional Services may be provided by the successful Suppliers to enhance this and options my include but are not limited to preparation of pre-picked ‘kits’, out of hours supply, full IT integration, consignment stocks and where required dedicated stores facilities. Additional information: Lot 1 Managed Solution allows for trade specific contracts to be awarded to a Managed Solution supplier.
There is flexibility for members at the discretion of EEM to invite both national and regional Managed Solution suppliers to a competition.
The call-off contracts awarded via Lot 1 (1a and 1b) pursuant to the framework agreements to be entered at conclusion of the procurement exercise can be awarded 5 years beyond expiry of the framework term and contracts awarded for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 1 Managed Solutions
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2A – General Building Materials including Timber, Joinery and flooring Materials
Lot No
2A

II.2.2) Additional CPV code(s)
Main CPV code
03419000
44111000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2A will cover the supply and distribution of General Building Materials including Timber and Joinery Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes.
This Lot is applicable for Suppliers who can supply and distribute General Building Materials including Timber and Joinery Materials via both delivery and counter service offering or counter Collections or delivery service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2A General Building
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2B – Electrical Materials
Lot No
2B

II.2.2) Additional CPV code(s)
Main CPV code
31681200
31681300
31681400
31681410

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2B will cover the supply and distribution of Electrical Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Electrical Materials via both delivery and counter service offering or counter collections or delivery service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2B Electrical
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2C – Plumbing, Heating and Gas Materials
Lot No
2C

II.2.2) Additional CPV code(s)
Main CPV code
44115200
44115210
44115220

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2C will cover the supply and distribution of Plumbing, Heating and Gas (Domestic and Commercial) Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Plumbing, Heating and Gas (Domestic and Commercial) Materials via both delivery and counter service offering or counter collections or delivery service.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2C Plumbing , Heating and Gas
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2D – Renewable Technologies and Associated Materials
Lot No
2D

II.2.2) Additional CPV code(s)
Main CPV code
09331100
09331200
42511110
44100000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2D will cover the supply and distribution of Renewable Technologies and associated Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Renewable Technologies and Associated Materials via both delivery and counter service offering or counter collections or delivery service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2D Renewable Technologies and Materials
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2E – Kitchen Materials
Lot No
2E

II.2.2) Additional CPV code(s)
Main CPV code
39141200
39141300
39141400
44111000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2E will cover the supply and distribution of Kitchen Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Kitchen
Materials via both delivery and counter service offering or counter collections or delivery service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2E Kitchens
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2F – Aids and Adaptation Materials
Lot No
2F

II.2.2) Additional CPV code(s)
Main CPV code
33196000
44111000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2F will cover the supply and distribution of Aids and Adaptation Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Aids and Adaptation Materials via both delivery and counter service offering or counter collections or delivery service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2F Aids & Adaptation Materials
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 2G – Roofing Materials
Lot No
2G

II.2.2) Additional CPV code(s)
Main CPV code
44111000
44112400
44112410
44112420
44112430
44112500

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Lot2G will cover the supply and distribution of Roofing Materials.
Typically, a Member or User will have its own workforce undertaking repairs and maintenance and an external contractor working on refurbishment or development programmes. This Lot is applicable for Suppliers who can supply and distribute Roofing Materials via both delivery and counter service offering or counter collections or delivery
service. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 2 Trade Specific Material Contracts.

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 2G Roofing Materials
Weighting: 40%

II.2.11) Information about options
Options: No

II.2) Description
II.2.1) Title
Lot 3 – Tool and Plant Equipment Hire Tool and Plant Equipment Hire and Purchase
Lot No
3

II.2.2) Additional CPV code(s)
Main CPV code
31120000
42410000
42600000
43130000
43262000
43300000
44510000

II.2.3) Place of performance
NUTS code
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL

II.2.4) Description of the procurement
Hire will typically be on a without operator basis and may be on a short or long-term basis to suit Members and Users requirements and the types of equipment includes but is not limited to the below.
• Hand Tools
• Power Tools
• Lifting and Handling Equipment
• Roofing Supports, Towers, Podiums and Ladders
• Site Setup Equipment
• Site Safety Equipment
Lot 3 will also permit the purchase of Plant Machinery, Site Equipment, Plant, Tools and associated equipment where a Member has conducted a cost analysis on hire v buy and the analysis shows the Member would be better to outright purchase rather than hire.
The above is not an exhaustive description of the types of tool and plant equipment required for hire or purchase via Lot 3 and the Framework will have provision for product lines to be added during the Framework’s lifetime should Members and Users require additional product lines to be added to the Quarterly Price Files and Suppliers Catalogue during the lifetime of the Framework. Members and Users will be permitted to direct award or run a mini competition using already agreed product lines, with any additional product lines being added to the Quarterly Price Files and Suppliers Catalogue.
Members and Users specific requirements will be agreed with the Supplier under their call off from the framework but are subject to change based need and or the identified levels of usage for an extended period. Additional information: The Call Off Agreements to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement for Lot 3 Tool and Plant Equipment Hire contracts .

II.2.5) Award Criteria
Quality
Name: Social Value and Sustainability Assessment
Weighting: 15%

Quality
Name: Interview and Presentation
Weighting: 45%

Cost
Name: Part C – EEM0072 – Pricing Schedule – Lot 3 Tool and Plant Equipment Hire
Weighting: 40%

II.2.11) Information about options
Options: No

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

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

IV.2) Administrative information

IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice

V) Award of contract
Contract No
018254-2025-Lot 1A – Managed Solution National-1
Lot No
1A
Title
Lot 1A – Managed Solution National
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
Number of tenders received
4
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
Jewson Partnership Solutions [legal entity: STARK Building Materials UK Ltd] National registration number
01647362
Postal address: Merchant House, Binley Business Park
Town: Coventry
Region: UK
Postal code: CV3 2TT
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Independent Builders Merchant Group [legal entity: Grant & Stone Limited] National registration number
01987538
Postal address: Unit 2, Mill End Road
Town: High Wycombe
Region: UK
Postal code: HP12 4AX
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Travis Perkins Trading Company Limited trading as Travis Perkins Managed Services
National registration number
733503
Postal address: Lodge Way House, Lodge Way, Harlestone Road
Town: Northampton
Region: UK
Postal code: NN5 7UG
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Huws Gray Ltd trading as Huws Gray Supply Chain Solutions
National registration number
02506633
Postal address: Huws Gray Ltd, Head Office, Industrial Estate
Town: Llangefni, Anglesey
Region: UK
Postal code: LL77 7JA
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
230,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 1B – Managed Solution Regional-2
Lot No
1B
Title
Lot 1B – Managed Solution Regional
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
Number of tenders received
1
Number of tenders received by electronic means
1
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
Bradfords Building Supplies Limited
National registration number
00278994
Postal address: 96 Hendford Hill
Town: Yeovil
Region: UK
Postal code: BA20 2QR
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
120,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2A – General Building Materials including Timber, Joinery and flooring Materials-3
Lot No
2A
Title
Lot 2A – General Building Materials including Timber, Joinery and flooring Materials
A contract / lot is awarded
No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

V.2) Award of contract

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V) Award of contract
Contract No
018254-2025-Lot 2B – Electrical Materials-4
Lot No
2B
Title
Lot 2B – Electrical Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
Number of tenders received
12
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
City Plumbing Supplies Holdings Ltd
National registration number
02489546
Postal address: Highbourne House, Eldon Way, Crick
Town: Northampton
Region: UK
Postal code: NN6 7SL
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
City Electrical Factors Ltd
National registration number
336408
Postal address: Georgina Mackie House, 141 Farmer Ward Road
Town: Kenilworth
Region: UK
Postal code: CV8 2SU
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Smith Bros [Legal Entity: Smith Bros (Caer Conan)Wholesale Limited] National registration number
00267023
Town: South Yorkshire
Region: UK
Postal code: DN4 5NU
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
YESSS Electrical [Legal Entity: YESSS (B) Electrical Ltd] National registration number
07650325
Postal address: YESSS House , Foxbridge Way
Town: Normanton
Region: UK
Postal code: WF6 1TN
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Lincs Electrical Wholesalers Limited
National registration number
02262735
Postal address: 2 Somerby Way, Somerby Park
Town: Gainsborough
Region: UK
Postal code: DN21 1QT
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
Rexel UK Limited
National registration number
434724
Postal address: Eagle Court 2, Hatchford Brook, Hatchford Way, Sheldon
Town: Birmingham
Region: UK
Postal code: B26 3RZ
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
BEW Electrical Distributors Limited
National registration number
01703444
Postal address: Unit 5 Northumberland Court, Dukes Park Industrial Estate
Town: Chelmsford
Region: UK
Postal code: CM2 6UW
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Edmundson Electrical Limited
National registration number
02667012
Postal address: Edmundson House, Tatton Street, Knutsford
Town: Cheshire, WA16 6AY
Region: UK
Postal code: WA16 6AY
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
59,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2C – Plumbing & Heating Materials-5
Title
Lot 2C – Plumbing & Heating Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
Wolseley UK Limited
National registration number
00636445
Postal address: 2 Kingmaker Court, Warwick Technology Park, Gallows Hill
Town: Warwick
Region: UK
Postal code: CV34 6DY
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
City Plumbing Supplies Holdings Ltd
National registration number
02489546
Postal address: Highbourne House, Eldon Way, Crick
Town: Northampton
Region: UK
Postal code: NN6 7SL
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
UK Plumbing Supplies Limited
National registration number
02723962
Postal address: Quayside 2a, Wilderspool Park, Greenalls Avenue, Stockton Heath
Town: Cheshire
Region: UK
Postal code: WA4 6HL
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
108,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2D – Renewable Technologies & Associated Materials-6
Title
Lot 2D – Renewable Technologies & Associated Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
City Plumbing Supplies Holdings Ltd
National registration number
02489546
Postal address: Highbourne House, Eldon Way, Crick
Town: Northampton
Region: UK
Postal code: NN6 7SL
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
YESSS Electrical [Legal Entity: YESSS (B) Electrical Ltd] National registration number
YESSS Electrical
Postal address: YESSS House , Foxbridge Way
Town: Normanton
Region: UK
Postal code: WF6 1TN
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
City Electrical Factors Ltd
National registration number
336408
Postal address: Georgina Mackie House, 141 Farmer Ward Road
Town: Kenilworth
Region: UK
Postal code: CV8 2SU
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Wolseley UK Limited
National registration number
00636445
Postal address: 2 Kingmaker Court, Warwick Technology Park, Gallows Hill
Town: Warwick
Region: UK
Postal code: CV34 6DY
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Smith Bros [Legal Entity: Smith Bros (Caer Conan)Wholesale Limited] National registration number
00267023
Town: South Yorkshire
Region: UK
Postal code: DN4 5NU
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
UK Plumbing Supplies Limited
National registration number
02723962
Postal address: Quayside 2a, Wilderspool Park, Greenalls Avenue, Stockton Heath
Town: Cheshire
Region: UK
Postal code: WA4 6HL
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Edmundson Electrical Limited
National registration number
02667012
Postal address: Edmundson House, Tatton Street, Knutsford
Town: Cheshire, WA16 6AY
Region: UK
Postal code: WA16 6AY
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
33,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2E – Kitchen Materials-7
Title
Lot 2E – Kitchen Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
The Symphony Group Plc
National registration number
1022506
Postal address: Pen Hill Estate, Park Spring Road
Town: Barnsley
Region: UK
Postal code: S72 7EZ
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Premiere Kitchens [Legal Entity: Raventree Limited ] National registration number
5787195
Postal address: Q1 Quadrant Distribution Centre, Quadrant Way, Hardwicke
Town: Gloucester
Region: UK
Postal code: GL2 2RN
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
Joinery and Timber Creations (65) Limited
National registration number
SC099154
Postal address: Camperdown Works, 27 Harrison Road
Town: Dundee
Region: UK
Postal code: DD2 3SN
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
Wren Contract Kitchens Limited
National registration number
15080098
Postal address: The Nest, Falkland Way
Town: Barton-Upon-Humber
Region: UK
Postal code: DN18 5RL
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Magnet Limited
National registration number
02762625
Postal address: 3 Allington Way
Town: Darlington
Region: UK
Postal code: DL1 4XT
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Howdens Joinery Limited
National registration number
526923
Postal address: 105 Wigmore Street
Town: London
Region: UK
Postal code: W1U 1QY
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Paula Rosa Manhattan [Legal Entity: Dennis & Robinson Limited] National registration number
00460938
Postal address: Blenheim Road, Lancing Business Park
Town: Lancing
Region: UK
Postal code: BN15 8UH
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
Moores Furniture Group Limited
National registration number
01083749
Postal address: Thorp Arch Estate
Town: Wetherby
Region: UK
Postal code: LS23 7DD
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
55,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2F – Aids & Adaptations Materials-8
Title
Lot 2F – Aids & Adaptations Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
Pro Care Shower & Bathroom Centre Limited
National registration number
4300621
Postal address: The Gateway, Enfield Street, Pemberton
Town: Wigan
Region: UK
Postal code: WN5 8DB
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
AKW Medi-Care Limited
National registration number
2764920
Postal address: Pointon Way, Hampton Lovett
Town: Droitwich Spa
Region: UK
Postal code: WR9 0LR
Country: United Kingdom

The contractor is an SME
Yes

V.2.3) Name and address of the contractor
Official name
Nicholls & Clarke Limited
National registration number
00066664
Postal address: 41-51 Freshwater Road, Chadwell Heath
Town: Romford
Region: UK
Postal code: RM8 1SP
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
5,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 2G – Roofing Materials-9
Lot No
2G
Title
Lot 2G – Roofing Materials
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
Number of tenders received
1
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
SIG Trading Limited t/a Sig Roofing
National registration number
01451007
Postal address: Adsetts House, 16 Europa View
Town: Sheffield
Region: UK
Postal code: S9 1XH
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
6,000,000
Currency
GBP

V) Award of contract
Contract No
018254-2025-Lot 3 – Tool & Plant Equipment Hire & Purchase-10
Title
Lot 3 – Tool & Plant Equipment Hire & Purchase
A contract / lot is awarded
Yes

V.2) Award of contract
V.2.1) Date of conclusion of the contract
Date signed
2025-03-14 00:00

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators
Yes

V.2.3) Name and address of the contractor
Official name
Speedy Asset Services Limited
National registration number
06847930
Postal address: Chase House, 16 The Parks, Newton-le-Willows
Town: Merseyside
Region: UK
Postal code: WA120JQ
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Hire Station Limited t/a Brandon Hire Station
National registration number
03428037
Postal address: Central House, Beckwith Knowle, Otley Road
Town: Harrogate
Region: UK
Postal code: HG3 1UF
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Jewson Partnership Solutions [legal entity: STARK Building Materials UK Ltd] National registration number
01647362
Postal address: Merchant House, Binley Business Park
Town: Coventry
Region: UK
Postal code: CV3 2TT
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
GAP Group Limited
National registration number
00198823
Postal address: Citypoint 2, 25 Tyndrum Street,
Town: Glasgow
Region: UK
Postal code: G4 0JY
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
Travis Perkins Trading Company Limited trading as Travis Perkins Managed Services
National registration number
733503
Postal address: Lodge Way House, Lodge Way, Harlestone Road
Town: Northampton
Region: UK
Postal code: NN5 7UG
Country: United Kingdom

The contractor is an SME
No

V.2.3) Name and address of the contractor
Official name
HSS ProService Limited
National registration number
11084154
Postal address: Building 2, Think Park, Mosley Road
Town: Manchester
Region: UK
Postal code: M17 1FQ
Country: United Kingdom

The contractor is an SME
No

V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract / lot
Value (excluding VAT)
5,000,000
Currency
GBP

VI) Complementary information

VI.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.
Call-off contracts for managed stores can go up to 10 years beyond the lifetime of the framework to take account of contract mobilisation and IT integrations requirements etc
Please note that the total 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. The total framework value is split amongst the lots and each lot value is specified within the relevant section of this notice.
The framework has been procured 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 access to 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 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 Agreements awarded at conclusion of the procurement exercise begun 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 and Wales, including but not limited to
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 Care Boards 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

VI.4) Procedures for review
VI.4.1) Review body
Official name
Royal Courts of Justice
Postal address: London
Town: Country
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name
Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.5) Date of dispatch of this notice
2025-05-01 09:31