Notice Information
Notice Title
EPWDR25 Windows, Doors, Fire Doors and Roofline Framework
Notice Description
This Framework procurement is for those Suppliers who can deliver the works and services under this Framework which will consist of but is not limited to: * Lot 1 - Windows, Doors and Roofline (Supply Only and Supply and Fit) * Lot 2 - Fire Doors (Supply and Fit)
Lot Information
Lot 1 - Windows, Doors and Roofline (Supply Only and Supply and Fit)
This lot is for the supply of and the supply and fit of windows, doors and roofline to properties owned and / or managed by Eastern Procurement's members. In respect of windows and doors, suppliers appointed to this lot will be required to: 1) Undertake an initial survey of the property / properties in accordance with BS 8213-4:2016 2) Design the replacement windows and / or doors in accordance with the Employer's requirements and all appropriate standards as included in the specification to meeting all legislative requirements. 3) Fabricate and deliver the new windows and / or doors. 4) Remove all existing windows and or doors which are being replaced including proper disposal and recycling of materials where possible. 5) (Where installation is required) Install the new windows and / or doors in accordance with specification 6) (Where installation is required) Undertake any necessary making good internally and externally 7) Provide all required building control approvals, warranties and guarantees In respect of roofline, suppliers appointed to this lot will be required to: 1) Undertake an initial survey of the property to scope the work required. 2) Remove all existing fascias, soffits, bargeboards and rainwater goods which are to be replaced, including proper disposal and recycling of materials where possible. 3) Supply and Install the new fascias, soffits, bargeboards and rainwater goods in accordance with the specification 4) Undertake any necessary making good externally 5) Provide all required building control approvals, certification, warranties and guarantees. In recognition that the replacement of windows, doors, fascias, soffits, bargeboards and rainwater goods frequently coincides with wider property investment, the Contracting Authorities may require suppliers to undertake associated or ancillary works. These may be directly linked to the main replacement works (for example, reinstating brickwork disturbed during window installation), or they may be logically delivered at the same time for reasons of efficiency and value for money (for example, repainting elevations once new roofline products are fitted). Associated and ancillary works may include, but are not limited to, the following: 1) Provision of relevant access solutions including scaffolding, mobile platforms, hoists, and any other temporary works required to facilitate safe delivery of the core works or associated tasks. 2) Asbestos surveys, testing and licensed asbestos removal, where materials containing asbestos are identified or suspected in areas affected by the works. 3) Demolition, excavation and earthworks 4) External works and drainage 5) Concrete works, brickwork and blockwork 6) Fencing and gates 7) Roofing 8) Carpentry and joinery 9) Glazing and metalwork 10) Plasterwork and other floor, wall and ceiling finishes 11) Painting and decorating, sealants 12) Plumbing and heating installations 13) Electrical works, including maintenance of electrical heating systems 14) Installation of smoke, heat and carbon monoxide detectors 15) Injected damp proof courses, and fungus/beetle eradication 16) External insulation Associated and ancillary works will be instructed on an as-required basis and must be priced in accordance with the Schedule of Rates included within the Pricing Framework forming part of the tender documents. The inclusion of these works within this Lot is intended to give members a flexible and integrated service, enabling works to be delivered efficiently, safely, and to a consistently high standard without the need to engage multiple Suppliers.
Lot 2 - Fire Doors (Supply and Fit)This lot is for the supply and installation of fire doorsets to properties owned and / or managed by Eastern Procurement's members. Suppliers appointed to this lot will be required to: 1) An initial survey of the property in accordance with BS 8213-4:2016 2) The design of the replacement fire doorsets 3) The fabrication and delivery of the new fire doorsets 4) The removal of all existing fire doorsets to be replaced 5) The installation of the new fire doorsets 6) Any necessary making good internally and externally 7) Provision of all required building control approvals, test certificates, warranties and guarantees All works are to be in accordance with legislative requirements. Where fire doorsets are specified, suppliers must ensure that all associated works are undertaken in strict accordance with current fire safety legislation, Building Regulations, and any additional requirements set out by the Employer. This includes, but is not limited to, ensuring correct installation of fire-rated frames, ironmongery, closers, glazing, intumescent strips, smoke seals, and signage. Any making good must not compromise the fire resistance of the installation, and full certification and documentation must be provided on completion. The Contracting Authorities may require suppliers to undertake associated or ancillary works in addition to the core activities covered by this Lot. These works may be directly linked to the main installation tasks (for example, reinstating brickwork or fire stopping disturbed during door installation), or they may be logically delivered at the same time for reasons of efficiency and value for money (for example, redecorating areas once compliance works are completed). Associated and ancillary works may include, but are not limited to, the following: 1) Provision of relevant access solutions including scaffolding, mobile platforms, hoists, and any other temporary works required to facilitate safe delivery of the core works or associated tasks. 2) Asbestos surveys, testing and licensed asbestos removal, where materials containing asbestos are identified or suspected in areas affected by the works. 3) Demolition, excavation and earthworks 4) External works and drainage 5) Concrete works, brickwork and blockwork 6) Fencing and gates 7) Roofing 8) Carpentry and joinery 9) Glazing and metalwork 10) Plasterwork and other floor, wall and ceiling finishes 11) Painting and decorating, sealants 12) Plumbing and heating installations 13) Electrical works, including maintenance of electrical heating systems 14) Installation of smoke, heat and carbon monoxide detectors 15) Injected damp proof courses, and fungus/beetle eradication 16) External insulation Associated and ancillary works will be instructed on an as required basis and must be priced in accordance with the Schedule of Rates included within the Pricing Framework forming part of the tender documents. The inclusion of these works within this Lot is intended to give members a flexible and integrated service, enabling works to be delivered efficiently, safely, and to a consistently high standard without the need to engage multiple Suppliers.
Planning Information
Eastern Procurement is undertaking preliminary market engagement ahead of the procurement of our upcoming Windows, Doors, Fire Doors and Roofline Framework. The purpose of this supplier engagement is to invite input from the market to help us: • Understand supplier capabilities • To enable the procurement to reflect current market conditions • Enable the framework to be fit-for-purpose and aligned with Member requirements We are inviting all interested organisations to take part by completing the Windows, Doors, Fire Doors and Roofline Market Engagement Questionnaire. This will allow you to express your interest and provide initial feedback: https://forms.office.com/e/G9i0ttZcG7 Please note: The deadline to complete the questionnaire is 25th July 2025. We encourage all suppliers with experience in delivering windows, doors, fire doors and roofline works to engage with us at this early stage.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0557dd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062702-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000 - Construction work
50000000 - Repair and maintenance services
71000000 - Architectural, construction, engineering and inspection services
Notice Value(s)
- Tender Value
- £237,000,000 £100M-£1B
- Lots Value
- £237,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Oct 20251 months ago
- Submission Deadline
- 24 Oct 2025Expired
- Future Notice Date
- 25 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2030 4-5 years
- Recurrence
- 2029-08-02
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EASTERN PROCUREMENT LIMITED
- Contact Name
- Leigh-Anne Franklin
- Contact Email
- procurement@eastern-procurement.co.uk
- Contact Phone
- 01508488244
Buyer Location
- Locality
- NORWICH
- Postcode
- NR16 1ET
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH5 Norfolk
- Small Region (ITL 3)
- TLH53 Breckland and South Norfolk
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales, TLM Scotland
-
- Local Authority
- South Norfolk
- Electoral Ward
- Mulbarton & Stoke Holy Cross
- Westminster Constituency
- South Norfolk
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/062702-2025
7th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/059607-2025
25th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053675-2025
3rd September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/052471-2025
29th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036925-2025
2nd July 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0557dd-2025-10-07T09:24:35+01:00",
"date": "2025-10-07T09:24:35+01:00",
"ocid": "ocds-h6vhtk-0557dd",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-08351985",
"name": "EASTERN PROCUREMENT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08351985"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGRJ-3778-TPRL"
}
],
"address": {
"streetAddress": "The Old Granary Grange Farm",
"locality": "Norwich",
"postalCode": "NR16 1ET",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH17"
},
"contactPoint": {
"email": "procurement@eastern-procurement.co.uk",
"name": "Leigh-Anne Franklin",
"telephone": "01508488244"
},
"roles": [
"buyer"
],
"details": {
"url": "https://eastern-procurement.co.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicUndertaking",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-08351985",
"name": "EASTERN PROCUREMENT LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Eastern Procurement is undertaking preliminary market engagement ahead of the procurement of our upcoming Windows, Doors, Fire Doors and Roofline Framework. The purpose of this supplier engagement is to invite input from the market to help us: * Understand supplier capabilities * To enable the procurement to reflect current market conditions * Enable the framework to be fit-for-purpose and aligned with Member requirements We are inviting all interested organisations to take part by completing the Windows, Doors, Fire Doors and Roofline Market Engagement Questionnaire. This will allow you to express your interest and provide initial feedback: https://forms.office.com/e/G9i0ttZcG7 Please note: The deadline to complete the questionnaire is 25th July 2025. We encourage all suppliers with experience in delivering windows, doors, fire doors and roofline works to engage with us at this early stage.",
"dueDate": "2025-07-25T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "036925-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036925-2025",
"datePublished": "2025-07-02T16:24:21+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "EPWDR25",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "EPWDR25 Windows, Doors, Fire Doors and Roofline Framework",
"description": "This Framework procurement is for those Suppliers who can deliver the works and services under this Framework which will consist of but is not limited to: * Lot 1 - Windows, Doors and Roofline (Supply Only and Supply and Fit) * Lot 2 - Fire Doors (Supply and Fit)",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"relatedLot": "2",
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKM",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
]
}
],
"mainProcurementCategory": "works",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"description": "Full details are available in the tender documents. The framework agreement is in the form of a FAC-1 contract with amendments allowing for call-off contracts to be awarded by award with or without further competition in accordance with the rules set out in the framework agreement. A copy of the framework agreement is available as part of the tender pack and interested bidders should read this carefully.",
"buyerCategories": "Although the organisations listed above reflect Eastern Procurement's current membership, our organisation is expected to grow and evolve over the duration of the Framework. As such, Suppliers should be aware that access to the Framework may extend beyond the existing Member base. In addition to Registered Providers and Local Authority Members, the Framework may also be used by a range of other public sector and third sector bodies. This may include (but is not limited to): * Local authorities for use on non-housing buildings (e.g. public offices or community buildings) * NHS bodies * Charities and voluntary sector organisations * Joint ventures involving public sector partners * Local education establishments, including schools and academies In addition this will include any entity which meets the definition of \"Contracting Authority\" within the meaning of the Procurement Act 2023 is entitled to access the framework."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"status": "active",
"title": "Lot 1 - Windows, Doors and Roofline (Supply Only and Supply and Fit)",
"description": "This lot is for the supply of and the supply and fit of windows, doors and roofline to properties owned and / or managed by Eastern Procurement's members. In respect of windows and doors, suppliers appointed to this lot will be required to: 1) Undertake an initial survey of the property / properties in accordance with BS 8213-4:2016 2) Design the replacement windows and / or doors in accordance with the Employer's requirements and all appropriate standards as included in the specification to meeting all legislative requirements. 3) Fabricate and deliver the new windows and / or doors. 4) Remove all existing windows and or doors which are being replaced including proper disposal and recycling of materials where possible. 5) (Where installation is required) Install the new windows and / or doors in accordance with specification 6) (Where installation is required) Undertake any necessary making good internally and externally 7) Provide all required building control approvals, warranties and guarantees In respect of roofline, suppliers appointed to this lot will be required to: 1) Undertake an initial survey of the property to scope the work required. 2) Remove all existing fascias, soffits, bargeboards and rainwater goods which are to be replaced, including proper disposal and recycling of materials where possible. 3) Supply and Install the new fascias, soffits, bargeboards and rainwater goods in accordance with the specification 4) Undertake any necessary making good externally 5) Provide all required building control approvals, certification, warranties and guarantees. In recognition that the replacement of windows, doors, fascias, soffits, bargeboards and rainwater goods frequently coincides with wider property investment, the Contracting Authorities may require suppliers to undertake associated or ancillary works. These may be directly linked to the main replacement works (for example, reinstating brickwork disturbed during window installation), or they may be logically delivered at the same time for reasons of efficiency and value for money (for example, repainting elevations once new roofline products are fitted). Associated and ancillary works may include, but are not limited to, the following: 1) Provision of relevant access solutions including scaffolding, mobile platforms, hoists, and any other temporary works required to facilitate safe delivery of the core works or associated tasks. 2) Asbestos surveys, testing and licensed asbestos removal, where materials containing asbestos are identified or suspected in areas affected by the works. 3) Demolition, excavation and earthworks 4) External works and drainage 5) Concrete works, brickwork and blockwork 6) Fencing and gates 7) Roofing 8) Carpentry and joinery 9) Glazing and metalwork 10) Plasterwork and other floor, wall and ceiling finishes 11) Painting and decorating, sealants 12) Plumbing and heating installations 13) Electrical works, including maintenance of electrical heating systems 14) Installation of smoke, heat and carbon monoxide detectors 15) Injected damp proof courses, and fungus/beetle eradication 16) External insulation Associated and ancillary works will be instructed on an as-required basis and must be priced in accordance with the Schedule of Rates included within the Pricing Framework forming part of the tender documents. The inclusion of these works within this Lot is intended to give members a flexible and integrated service, enabling works to be delivered efficiently, safely, and to a consistently high standard without the need to engage multiple Suppliers.",
"value": {
"amountGross": 247200000,
"amount": 206000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "A price per quality point ratio will be applied. Each Tenderer's total price will be divided by their quality score to calculate a price per quality point. The Tenderer with the lowest ratio will be ranked first, with others ranked in ascending order.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "A price per quality point ratio will be applied. Each Tenderer's total price will be divided by their quality score to calculate a price per quality point. The Tenderer with the lowest ratio will be ranked first, with others ranked in ascending order."
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Fire Doors (Supply and Fit)",
"description": "This lot is for the supply and installation of fire doorsets to properties owned and / or managed by Eastern Procurement's members. Suppliers appointed to this lot will be required to: 1) An initial survey of the property in accordance with BS 8213-4:2016 2) The design of the replacement fire doorsets 3) The fabrication and delivery of the new fire doorsets 4) The removal of all existing fire doorsets to be replaced 5) The installation of the new fire doorsets 6) Any necessary making good internally and externally 7) Provision of all required building control approvals, test certificates, warranties and guarantees All works are to be in accordance with legislative requirements. Where fire doorsets are specified, suppliers must ensure that all associated works are undertaken in strict accordance with current fire safety legislation, Building Regulations, and any additional requirements set out by the Employer. This includes, but is not limited to, ensuring correct installation of fire-rated frames, ironmongery, closers, glazing, intumescent strips, smoke seals, and signage. Any making good must not compromise the fire resistance of the installation, and full certification and documentation must be provided on completion. The Contracting Authorities may require suppliers to undertake associated or ancillary works in addition to the core activities covered by this Lot. These works may be directly linked to the main installation tasks (for example, reinstating brickwork or fire stopping disturbed during door installation), or they may be logically delivered at the same time for reasons of efficiency and value for money (for example, redecorating areas once compliance works are completed). Associated and ancillary works may include, but are not limited to, the following: 1) Provision of relevant access solutions including scaffolding, mobile platforms, hoists, and any other temporary works required to facilitate safe delivery of the core works or associated tasks. 2) Asbestos surveys, testing and licensed asbestos removal, where materials containing asbestos are identified or suspected in areas affected by the works. 3) Demolition, excavation and earthworks 4) External works and drainage 5) Concrete works, brickwork and blockwork 6) Fencing and gates 7) Roofing 8) Carpentry and joinery 9) Glazing and metalwork 10) Plasterwork and other floor, wall and ceiling finishes 11) Painting and decorating, sealants 12) Plumbing and heating installations 13) Electrical works, including maintenance of electrical heating systems 14) Installation of smoke, heat and carbon monoxide detectors 15) Injected damp proof courses, and fungus/beetle eradication 16) External insulation Associated and ancillary works will be instructed on an as required basis and must be priced in accordance with the Schedule of Rates included within the Pricing Framework forming part of the tender documents. The inclusion of these works within this Lot is intended to give members a flexible and integrated service, enabling works to be delivered efficiently, safely, and to a consistently high standard without the need to engage multiple Suppliers.",
"status": "active",
"value": {
"amountGross": 37200000,
"amount": 31000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "A price per quality point ratio will be applied. Each Tenderer's total price will be divided by their quality score to calculate a price per quality point. The Tenderer with the lowest ratio will be ranked first, with others ranked in ascending order.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "A price per quality point ratio will be applied. Each Tenderer's total price will be divided by their quality score to calculate a price per quality point. The Tenderer with the lowest ratio will be ranked first, with others ranked in ascending order."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
}
],
"status": "active",
"value": {
"amountGross": 284400000,
"amount": 237000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"participationFees": [
{
"id": "ocds-h6vhtk-0557dd",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.02,
"monetaryValue": "award"
}
}
],
"submissionMethodDetails": "https://in-tendhost.co.uk/epl/aspx/home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-24T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-19T23:59:59Z"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://in-tendhost.co.uk/epl/aspx/home"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "052471-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/052471-2025",
"datePublished": "2025-08-29T13:58:39+01:00",
"format": "text/html"
},
{
"id": "053675-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053675-2025",
"datePublished": "2025-09-03T16:39:57+01:00",
"format": "text/html"
},
{
"id": "059607-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/059607-2025",
"datePublished": "2025-09-25T11:46:33+01:00",
"format": "text/html"
},
{
"id": "062702-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062702-2025",
"datePublished": "2025-10-07T09:24:35+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-08-02T23:59:59+01:00"
}
]
},
"amendments": [
{
"id": "053675-2025",
"description": "The location information and Contracting authorities that may use the framework has been updated due to an E-Sender Error"
},
{
"id": "059607-2025",
"description": "Tender Return Extension by 7 days"
},
{
"id": "062702-2025",
"description": "Tender return extended"
}
]
},
"language": "en"
}