Opportunity

Digital Scheme Based Solutions

  • Connexus Homes Limited

F02: Contract notice

Notice reference: 2024/S 000-010350

Published 28 March 2024, 3:13pm



The closing date and time has been changed to:

30 April 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Connexus Homes Limited

The Gateway, The Auction Yard

Craven Arms

SY7 9BW

Contact

Jayne Stringer

Email

jayne.bissell@connexus-group.co.uk

Telephone

+44 3332313233

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

http://www.connexus-group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA7601

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Scheme Based Solutions

two.1.2) Main CPV code

  • 32500000 - Telecommunications equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of the digital switchover, Connexus Homes Limited are looking for a transformative digital solution to replace its existing scheme alarm provision which is not compatible with the new digital standards within existing schemes to ensure it fully functions once analogue services are switched off. This will mean that vulnerable adults across the schemes will continue to have access to this provision without any interruptions in their service.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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

Flatted Schemes with Door Entry (Mostly Staffed)

Lot No

1

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32540000 - Switchboards
  • 32520000 - Telecommunications cable and equipment
  • 32550000 - Telephone equipment
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 35100000 - Emergency and security equipment
  • 35121700 - Alarm systems
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 31712112 - SIM cards
  • 45233292 - Installation of safety equipment
  • 45314000 - Installation of telecommunications equipment
  • 45312000 - Alarm system and antenna installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 71243000 - Draft plans (systems and integration)
  • 72211000 - Programming services of systems and user software
  • 75200000 - Provision of services to the community
  • 80000000 - Education and training services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85323000 - Community health services
  • 98330000 - Physical well-being services
  • 32570000 - Communications equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

Across Shropshire and Herefordshire

two.2.4) Description of the procurement

Lot 1 (7 schemes) – This lot consists of mainly of flats (with some bungalows) with an average of circa 31 residences per scheme. Most of these schemes have communal areas, linked fire alarms, communal door entry systems, and LD1 (Level of Detection Category 1) compliant interlinked fire and heat detection. All existing cabling must not be reused in any part of the new solution for these schemes and all existing visible and non-visible cabling and equipment must be removed, compliantly disposed of and any damaged areas made good (including the removal of any internal or external UAC boxes and the making good of any damage to exterior walls).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £429,667

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Capital costs all year 1 and then ongoing maintenance costs to be confirmed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Independent Living Bungalow Schemes (Staffed)

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 31712112 - SIM cards
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32520000 - Telecommunications cable and equipment
  • 32540000 - Switchboards
  • 32550000 - Telephone equipment
  • 32570000 - Communications equipment
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 32510000 - Wireless telecommunications system
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 35100000 - Emergency and security equipment
  • 45233292 - Installation of safety equipment
  • 45312000 - Alarm system and antenna installation work
  • 45314000 - Installation of telecommunications equipment
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 71243000 - Draft plans (systems and integration)
  • 72211000 - Programming services of systems and user software
  • 75200000 - Provision of services to the community
  • 80000000 - Education and training services
  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85323000 - Community health services
  • 98330000 - Physical well-being services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

Across Shropshire and Herefordshire

two.2.4) Description of the procurement

Lot 2 (29 schemes) – This lot consists predominately of bungalows (with some flats) with an average of circa 21 residences per scheme. Most of these schemes have communal areas, although very few with linked fire detection and none with communal door entry requirements. These schemes are classed as ‘independent living’ so have staff assigned to those schemes and will require LD1-compliant interlinked smoke & heat sensors in each property. All existing cabling must not be reused in any part of the new solution for these schemes and all existing visible and non-visible cabling and equipment must be removed, compliantly disposed of and any damaged areas made good (including the removal of any internal or external UAC boxes and the making good of any damage to exterior walls).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £906,667

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Capital costs all year 1 and then ongoing maintenance costs to be confirmed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

HFOP mixed Bungalows & Flatted Schemes (Non-Staffed)

Lot No

3

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32570000 - Communications equipment
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 32540000 - Switchboards
  • 32520000 - Telecommunications cable and equipment
  • 32550000 - Telephone equipment
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 35100000 - Emergency and security equipment
  • 35121700 - Alarm systems
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 31712112 - SIM cards
  • 45233292 - Installation of safety equipment
  • 45314000 - Installation of telecommunications equipment
  • 45312000 - Alarm system and antenna installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 71243000 - Draft plans (systems and integration)
  • 72211000 - Programming services of systems and user software
  • 75200000 - Provision of services to the community
  • 80000000 - Education and training services
  • 85000000 - Health and social work services
  • 85323000 - Community health services
  • 98330000 - Physical well-being services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

Across Shropshire and Herefordshire

two.2.4) Description of the procurement

Lot 3 (42 schemes) – This lot consists of a mix of bungalows and flats with an average of circa 19 residences per scheme. Most of these schemes have no communal areas, no linked fire detection and no communal door entry requirements. These schemes are classed as Housing For Older People (HFOP) so do not have staff assigned to those schemes and there is no requirement for interlinked smoke & heat sensors in each property. All existing cabling must not be reused in any part of the new solution for these schemes and all existing visible and non-visible cabling and equipment must be removed, compliantly disposed of and any damaged areas made good (including the removal of any internal or external UAC boxes and the making good of any damage to exterior walls).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,163,667

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Capital costs all year 1 and then ongoing maintenance costs to be confirmed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to provide their last two years' accounts and will also be subject to a third party credit check.

Minimum level(s) of standards possibly required

Bidders should be able to demonstrate that they have made a profit in each of the last two years and a satisfactory credit score. If a loss is reported for one or more years, or the credit score is unsatisfactory, then the Bidder must provide appropriate justification and explanation of its ability to trade and fulfil the contract, Connexus will have discretion as to whether to accept such justification and explanation and will fail any Bidder where it is not satisfied.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulations 58-60 of the Public Contracts Regulations 2015 as set out in the ITT.

Minimum level(s) of standards possibly required

In accordance with Regulations 58-60 of the Public Contracts Regulations 2015 as set out in the ITT.

three.2) Conditions related to the contract

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Originally published as:

Date

29 April 2024

Local time

12:00pm

Changed to:

Date

30 April 2024

Local time

12:00pm

See the change notice.

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 April 2024

Local time

12:00pm

Information about authorised persons and opening procedure

As per Connexus' Standing Orders and Financial Regulations.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.3) Additional information

A Standard Disclosure and Barring Service (DBS) check will be required for personnel working or visiting customers’ homes who are employed on this contract. Evidence of this check will need to be provided to Connexus Homes Limited by the successful bidder prior to the contract start date.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231543.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231543)

Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=231543]]

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.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 of information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the 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(s) have 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(s) have 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’.

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

Telephone

+44 2072761234

Country

United Kingdom