Opportunity

Door Entry, Access Control, CCTV and Warden Call Installs and Maintenance

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice reference: 2022/S 000-006333

Published 8 March 2022, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Jonathan Tomalin

Email

jonathan@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

https://eem.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://xantive.supplierselect.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://xantive.supplierselect.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Door Entry, Access Control, CCTV and Warden Call Installs and Maintenance

Reference number

EEM0037

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes

and manages a range of framework and DPS agreements. Our membership has now grown to 255 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services,

Government Agencies and Charities. EEM have also established a formal

collaboration with 3 like-minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk (https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

EEM are conducting this tender exercise to procure a Door Entry, Access Control, CCTV & Warden Call Installs and Maintenance Framework to replace two existing Frameworks which have expired. The Framework will provide EEM Members with a provision covering the services below:

The Framework will be split into the following workstream Lots:

Lot 1 - Door Entry Install & Maintenance.

Lot 2 - Auto Access including Auto Gates Roller Shutters Install & Maintenance.

Lot 3 - Warden Call Install & Maintenance.

Lot 4 - CCTV Installs & Maintenance.

EEM Ltd on behalf of its members invites you to tender for a place on our Door Entry, Access Control, CCTV & Warden Call Installs and Maintenance Framework. We are looking for suitably accredited and competent contractors to undertake safe and compliant installation or maintenance of each Lot as described above Modernisation and refurbishment works may also be required during the contract period.

The Framework agreement will be for a period of 48 months, running from Monday, 11th July 2022 to 10th July 2026. It is expected that a maximum of 16 Contractors may be appointed onto each lots of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Door Entry Install and Maintenance

Lot No

1

two.2.2) Additional CPV code(s)

  • 32360000 - Intercom equipment

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Includes the design and installation / extension to an existing door entry and access control systems. Lot 1 also covers servicing, repairs and planned preventative maintenance of door entry and access control systems. All systems installed via Lot 1 of this Framework should be carried out in in line with the NSI code of practice NCP109 or equivalent.

The equipment covered under this lot shall include, but not be restricted to, the following:

Vandal resistant weatherproof keypad proximity reader with speech units

Door entry panels

Audio door entry handsets

Universal lock releases

Electromagnetic maglock and bracket sets

Door release push buttons

Proximity tags

230V / DC power supply unit

Emergency break-glass units

PC proximity controllers

Biometric fingerprint readers

Manufacturer's approved software

Cables and containment

Lot 1 Door Entry & Access Control is split into geographical sublots and EEM reserve the right to appoint up to 8

Contractors on to each geographical sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: A) Servicing / Weighting: 15

Cost criterion - Name: B) Servicing Scenario / Weighting: 15

Cost criterion - Name: C) Door Entry and Access Install / Weighting: 10

Cost criterion - Name: D) SOR's / Weighting: 5

Cost criterion - Name: E) Call Out Rates / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Auto Access Including Auto Gates, Roller Shutters Install and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928300 - Safety barriers

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Includes the design and installation / extension to existing gates, barriers, automatic doors, and roller shutters. Lot 2 also covers servicing, repairs and planned preventative maintenance for each of these systems.

All systems installed via Lot 2 of this Framework should be carried out in in line with the Health & Safety Executive guidance provided in their document 'Revision of Standards for Powered Doors, Gates, and Barriers:

The equipment covered under this lot shall include, but not be restricted to, the following:

Sliding doors

Automatic opening doors

Roller shutters

Raise and lower barriers

Powered arms

Sensors

Loops

Hinges / brackets

Fire switches

Fob readers

Controls

Push button maglocks

Operating mechanisms

Manufactures of operating software

Mains powered motors

Carriages

Transformers

Cables and containment

Locks

Hydraulic units

Lot 2 Auto Access, Auto Gates and Shutters is split into geographical sublots and EEM reserve the right to appoint up to 8 Contractors on to each geographical sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: A) Servicing / Weighting: 15

Cost criterion - Name: B) Servicing Scenario / Weighting: 15

Cost criterion - Name: C) Servicing Scenario / Weighting: 10

Cost criterion - Name: D) Installs / Weighting: 5

Cost criterion - Name: E) Call Out Rates / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Warden Call Install & Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 50330000 - Maintenance services of telecommunications equipment

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Includes the design and installation / extension to existing warden call / assisted living systems. Lot 3 also covers servicing, repairs and planned preventative maintenance of all equipment.

The equipment covered under this lot shall include, but not be limited to, the following:

Personal alarms - supplied as either a pendant, wrist strap, pull cord etc. that can be connected to a base unit.

Activity monitors or sensors - that can detect movement in the home eg bed or chair occupancy sensor, occupancy sensor, epilepsy sensor, incontinence sensors, temperature extreme detector, property exit sensor and flood detectors etc.

Fall detectors - that can either be worn on a cord around the neck or around the wrist and can sense a serious fall and raise an alarm at a monitoring centre.

Base unit (dispersed or hard wired) - that can be connected to a telephone wire or ethernet cable for digital solutions and receive signals from personal sensors and from other sensors positioned around the home. Must have communication functionality built into them eg microphone.

Alarm linked smoke detector - CO2 sensors when activated automatically sounds an alert to the user and sends a distress call to the Response Team.

Sensor water - minimises risk of flood going undetected for a long time.

Sensor door contact - minimises risks involved in looking after individuals in assisted or shared living accommodation. Provides and alert when a resident goes off site potentially losing their bearings.

Sensor temperature - temperature extremes / heat centres are highly beneficial for residents who may be suffering from dementia who may leave food cooking too long or forget to turn their heating on in winter.

Sensor movement - the sensor will read any individual body temperature compared to that of the room and measure this in a form of infrared radiation.

Personal attack transmitter - IPX4 water resistant as standard complete with periodic supervisory signal checks for system integrity.

Ceiling pull chord switch - pull chord switch for WCs or other areas for extra peace of mind.

Call logging - keeps a full audit trail of events, search and product management reports, dual monitoring, alert staff when a door is opened or a doorbell is pressed.

Pages - call messages direct to members of staff for a rapid response.

Display units - clear displays to relay call messages to staff.

Panels - configured together in a wireless network to provide a radio footprint to cover the building / site.

All work shall be carried out in compliance with the following British Standards or of an equivalent standard.

Lot 3 Warden Call is split into geographical sublots and EEM reserve the right to appoint up to 8 Contractors on to each geographical sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: A) SOR's / Weighting: 15

Cost criterion - Name: B) Maintenance / Weighting: 15

Cost criterion - Name: C) Scenario 1 / Weighting: 5

Cost criterion - Name: D) Scenario 2 / Weighting: 5

Cost criterion - Name: E) Call Out Rates / Weighting: 10

two.2.6) Estimated value

Value excluding VAT: £6,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

CCTV Installs and Maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 35125300 - Security cameras

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 4 covers the design and installation / extension to existing CCTV installations. Lot 4 also covers servicing, repairs and planned preventative maintenance of CCTV systems.

All systems installed via Lot 4 of this Framework must be ONVIF approved CCTV systems that are not ONVIF approved will not be considered for this Framework.

The equipment covered under this lot shall include:

All cameras - monochrome and colour static and fully functional

All cameras, lenses, monitors, camera housings, pan tilt units, telemetry receivers, network video recorders, network switches, transmission of output equipment, cloud recording / transmission equipment

All monitors (LCD and TFT)

All video and digital recording devices

All computer, printers and software components

All equipment associated with the CCTV installation

All IR equipment associated with the CCTV installation

All wiring and containment relating to the CCTV installation

Lot 4 CCTV Systems is split into geographical sublots and EEM reserve the right to appoint up to 8 Contractors on to each geographical sublot:

Sublot 1 - Midlands

Sublot 2 - National Coverage

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: A) CCTV Maintenance / Weighting: 15

Cost criterion - Name: B) Installation SOR's / Weighting: 15

Cost criterion - Name: C) CCTV Scenario 1 and 2 / Weighting: 10

Cost criterion - Name: D) Cloud Based CCTV Scenario 3 / Weighting: 5

Cost criterion - Name: E) Call Out Rates / Weighting: 5

two.2.6) Estimated value

Value excluding VAT: £6,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as described in the tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 May 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 May 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure,

length of call off contracts and that the EEM membership may grow over the framework lifetime.

Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. EEM reserves the right to appoint less than the numbers stated. This framework is being procured by Efficiency East Midlands

Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partners

consortia - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)

Advantage South West

(www.advantagesouthwest.co.uk

and SouthEast Consortium

(www.southeastconsortium.org.uk

A full list of current members is available at

www.eem.org.uk (https://www.eem.org.uk)

2) any future member of EEM or our partner consortia and in all cases being an organisation

which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;

3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above). Further details regarding the authorised users of this framework can be found in the

ITT documents. To respond to this tender or review the documentation, please:

1) Go to the portal https://xantive.supplierselect.com

2) If you need to register a new account follow the prompts to set up your organisation;

3) When you sign in select 'Public Projects' from the menu (top right). A list of all

open tenders will be displayed;

4) Select 'EEM0037 Door Entry, Access Control, CCTV and Warden Call Installs and Maintenance from the list of projects and then 'Create Opportunity'. That will give you access to the basic information;

5) Click 'Accept Opportunity' to get more detail including all clarification logs. There

is no obligation to submit a response;

6) If you do wish to submit a response, do so before the deadline by changing the

status to submitted. You will only be allowed to submit if every mandatory question

is answered

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Country

United Kingdom