Efficiency East Midlands Ltd: Manufacture, Supply & Fit of Timber Windows

  Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Manufacture, Supply & Fit of Timber Windows
Notice type: Contract Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the manufacture, supply and installation of timber windows. Due to the potential wide range of projects eligible to use the framework and differing requirements of our members, the Framework will be split into the following Lots: •Lot 1 Manufacture and Supply Only •Lot 2 Manufacture, Supply and Installation In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use on projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects.A full description of the Lotting strategy is available in the tender documents. Works will be across a range of building types including tenanted and commercial properties.
Published: 08/09/2016 12:05
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Windows.
Section I: Contracting Authority
      I.1) Name and addresses
             Efficiency East Midlands Ltd
             Pure Offices, Lake View Drive, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
             Tel. +44 1623729946, Email: rebecca@eem.org.uk
             Contact: Rebecca Dermody
             Main Address: www.efficiency-em.co.uk
             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: http://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Windows./9W3MXA447V
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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:: Procurement Consortia
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Manufacture, Supply & Fit of Timber Windows       
      Reference Number: EEM0065
      II.1.2) Main CPV Code:
      44221100 - Windows.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the manufacture, supply and installation of timber windows. Due to the potential wide range of projects eligible to use the framework and differing requirements of our members, the Framework will be split into the following Lots:
•Lot 1 Manufacture and Supply Only
•Lot 2 Manufacture, Supply and Installation

In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use on projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects.A full description of the Lotting strategy is available in the tender documents. Works will be across a range of building types including tenanted and commercial properties.       
      II.1.5) Estimated total value:
      Value excluding VAT: 15,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Manufacture and Supply Only       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      44221110 - Window frames.
      03419100 - Timber products.
      45441000 - Glazing work.
      44221000 - Windows, doors and related items.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) has recently established a new framework for the sustainable refurbishment of domestic properties are looking to establish a further new framework for the manufacture and supply of timber windows, to compliment the new Framework and also support Members who have additional requirements for timber windows. Works will be across a range of property types including domestic and commercial. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows.The works will include:

•Surveys and development of specification
•Manufacture of double glazed timber windows to specification
•Any works associated with the above

In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use by the HLF for future projects and projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects. This Framework is being set up to support EEM Members (Contracting Authorities) refurbish, maintain and repair properties within their housing stock which may include properties that fall into the category of buildings of a particular historical or architectural interest. This may include domestic properties, commercial properties or any other building owned, maintained or with a particular link or interest to the Contracting Authority.

For Lot 1 Supply Only, the first contract to be called off from the framework will be on behalf of Bolsover District Council. The basis of the framework specification and pricing schedules have all been based around this actual project. It is expected that Bolsover District Council will call off from the framework by direct selection, inline with the rules set out in the EEM Framework Agreement.The call off contract will involve the manufacture and supply of approximately 1389 timber windows to an already agreed specification.

Manufacturers are able to tender for any number of lots. However please consider the resources you have available and the core strength of your business and only apply for Lots that you are able to provide the required service levels. Consideration should be given to the eventuality that you may secure a place on both lots.

EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.

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 2 years beyond expiry of the 4 year term.

Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Method Statements / Weighting: 30
                        
            Cost criterion - Name: Price Framework Submission / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Manufacture, Supply and Installation of Timber Windows       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      44221000 - Windows, doors and related items.
      45421132 - Installation of windows.
      44221110 - Window frames.
      03419100 - Timber products.
      45441000 - Glazing work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) has recently established a new framework for the sustainable refurbishment of domestic properties are looking to establish a further new framework for the manufacture and installation of timber windows, to compliment the new Framework and also support Members who have additional requirements for timber windows. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows.The works will include:

•Surveys and development of specification
•Manufacture of double glazed timber windows to specification
•Installation of double glazed timber windows
•Any works associated with the above

In addition to the supply for potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use for future projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced Manufacturers and a streamlined procurement process for projects. This Framework is being set up to support EEM Members (Contracting Authorities) and their Contractors refurbish, maintain and repair properties within their housing stock which may include properties that fall into the category of buildings of a particular historical or architectural interest. This may include domestic properties, commercial properties or any other building owned, maintained or with a particular link or interest to the Contracting Authority. Therefore, Manufacturers/Installers must have an awareness of working within the requirements of a HLF funded scheme and experience of manufacturing windows to meet the requirements of the Conservation Officer and Architects.

EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.

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 2 years beyond expiry of the 4 year term.

Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Method Statements / Weighting: 30
                        
            Cost criterion - Name: Price Framework Submission / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      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: Not provided       


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:          
      Not Provided       
      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    
      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.1.5) 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: 8           
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/10/2016 Time: 15:00
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/10/2016
         Time: 15:30
      

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.

This Contract Notice has been published by Efficiency East Midlands Limited (EEM) on behalf of their members and the other organisations described below as being Authorised Users. EEM is incorporated as a company limited by guarantee. The Framework Agreement being procured by the procurement exercise begun by publication of this Contract Notice will be entered into by EEM as the Contracting Authority. Any reference in this Contract Notice to Contracting Authority is deemed to be and include a reference to EEM.

The current members of EEM are available at www.efficiency-em.co.uk All of the current members are to be regarded as Contracting Authorities under the Public Contracts Regulations 2015 for the purpose of the procurement exercise begun by publication of this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise.

The Authorised Users of the Framework Agreements and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise 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 and in respect of which such organization notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise that such organization is an Authorised User.

3. An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member nor a Future Member of EEM but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in 1 or more geographic area in which it operates and is a local authority ie 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 organization 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Windows./9W3MXA447V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9W3MXA447V
   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:    
    The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be ‘ineffective’.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 08/09/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Windows.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Efficiency East Midlands Ltd
       Pure Offices, Lake View Drive, Sherwood Park, Nottingham, NG15 0DT, United Kingdom
       Tel. +44 1623729946, Email: rebecca@eem.org.uk
       Contact: Rebecca Dermody
       Main Address: www.efficiency-em.co.uk
       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.4)Type of the contracting authority:
      Other type:: Procurement Consortia

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Manufacture, Supply & Fit of Timber Windows            
      Reference number: EEM0065

      II.1.2) Main CPV code:
         44221100 - Windows.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the manufacture, supply and installation of timber windows. Due to the potential wide range of projects eligible to use the framework and differing requirements of our members, the Framework will be split into the following Lots:
•Lot 1 Manufacture and Supply Only
•Lot 2 Manufacture, Supply and Installation

In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use on projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects.A full description of the Lotting strategy is available in the tender documents. Works will be across a range of building types including tenanted and commercial properties.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
               
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1,400,000 / Highest offer:3,400,000         
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Manufacture and Supply Only   
      Lot No:1

      II.2.2) Additional CPV code(s):
            44221110 - Window frames.
            03419100 - Timber products.
            45441000 - Glazing work.
            44221000 - Windows, doors and related items.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Framework has been set up to support EEM members who have requirements for timber windows. Works will be across a range of property types including domestic and commercial. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows. The works will include:
•Surveys and development of specification
•Manufacture of double glazed timber windows to specification
•Any works associated with the above
The call-off contracts to be awarded pursuant to the Framework Agreements being entered into may extend for a duration of up to 2 years beyond expiry of the 4 year term.

      II.2.5) Award criteria:
      Quality criterion - Name: Method Statements / Weighting: 30
                  
      Cost criterion - Name: Price Framework Submission / Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Manufacture, Supply and Installation of Timber Windows   
      Lot No:2

      II.2.2) Additional CPV code(s):
            44221000 - Windows, doors and related items.
            45421132 - Installation of windows.
            44221110 - Window frames.
            03419100 - Timber products.
            45441000 - Glazing work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Framework has been set up to support EEM members who have requirements for timber windows. Works will be across a range of property types including domestic and commercial. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows. The works will include:
•Surveys and development of specification
•Manufacture of double glazed timber windows to specification
•Any works associated with the above
The call-off contracts to be awarded pursuant to the Framework Agreements being entered into may extend for a duration of up to 2 years beyond expiry of the 4 year term.

      II.2.5) Award criteria:
      Quality criterion - Name: Method Statements / Weighting: 30
                  
      Cost criterion - Name: Price Framework Submission / Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: EEM0065    
   Lot Number: 1    
   Title: Manufacture and Supply of Timber Windows

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/11/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Mumford and Wood Ltd
             Tower Business Park, Kelvedon Road, Tiptree, CO5 0LX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sashless Window Co Ltd
             32 Standard Way, Standard Way Business Park, Northallerton, DL6 2XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 1,400,000 / Highest offer: 3,400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: EEM0065/2    
   Lot Number: 2    
   Title: Maufacture, Supply and Installation of Timber Windows

   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      

Section VI: Complementary information

   VI.3) Additional information: This Contract Notice has been published by EEM on behalf of their members and future members. EEM is incorporated as a company limited by guarantee. The Framework Agreement being procured by the procurement exercise begun by publication of the Contract Notice will be entered into by EEM as the Contracting Authority.
The current members of EEM are available at www.efficiency-em.co.uk All of the current members are to be regarded as Contracting Authorities under the Public Contracts Regulations 2015 for the purpose of the procurement exercise begun by publication of this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=233668963

   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 review procedure may be obtained
          The Cabinet Office
          Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 04/01/2017