Section one: Contracting authority
one.1) Name and addresses
Connexus Homes Limited
The Gateway, The Auction Yard
Craven Arms
SY7 9BW
Contact
Jayne Stringer
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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