Contract

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

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice identifier: 2022/S 000-026886

Procurement identifier (OCID): ocds-h6vhtk-031f56

Published 26 September 2022, 2:30pm



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

Fax

+44 1246395610

Country

United Kingdom

Region code

UKF - East Midlands (England)

Companies House

07762614

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.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 272 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 Consortium and Advantage South West. The membership list for these three consortium 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)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.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.

Lot 1 - Lifts Installs and Refurbishment

Lot 2 - Lifts Servicing and Maintenance

The above lots were further split and tendered and awarded based on the three geographical area sublots:

Sublot 1 - Midlands

Sublot 2 - National

Contracting Authorities who requires a single service provider to manage the service can compliantly procure a single supplier via EEM0037. Contracting Authorities can use either a Direct Selection or via Mini Competition to appoint a service provider from the Framework.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £100,000,000

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 42000000 - Industrial machinery

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: A) Servicing / Weighting: 15

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

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

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

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

Cost criterion - Name: Quality / Weighting: 50

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

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
  • 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.2.11) 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.2.11) 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.2.11) Information about options

Options: No


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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006333


Section five. Award of contract

Lot No

1

Title

Door Entry

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 August 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Baydale Control Systems Ltd

Darlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03885564

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CCSS Ltd

Witham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03543850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Direct Systems (Chesterfield) Ltd

Chesterfield

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
Companies House

08403319

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Alphatrack Systems Ltd

Southampton

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

02863196

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

Romford

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03376202

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Killingworth

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Companies House

06294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harmony Fire Ltd

Yeovil

Country

United Kingdom

NUTS code
  • UKK - South West (England)
Companies House

10427303

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ASM Access Ltd

Worcester

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

07027381

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Lot No

2

Title

Access Control

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 August 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Killingworth

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Companies House

06294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CCSS Ltd

Witham

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03543850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

Romford

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03376202

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Baydale Control Systems Ltd

Darlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03885564

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £20,000,000


Section five. Award of contract

Lot No

3

Title

Warden Call

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 August 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Killingworth

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Companies House

06294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tunstall Healthcare UK Ltd

Whitley

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

01332249

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

Romford

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03376202

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Legrand Assisted Living Healthcare

Birmingham

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

00115834

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Baydale Control Systems Ltd

Darlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03885564

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ventro Ltd

Plymouth

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

08765695

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CCSS Ltd

Witham

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03543850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Allhand Ltd T/A Harrold Jones Services

Birmingham

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

01409926

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,250,000


Section five. Award of contract

Contract No

ABCA

Lot No

4

Title

CCTV

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 August 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ABCA Systems Ltd

Killingworth

Country

United Kingdom

NUTS code
  • UKC - North East (England)
Companies House

06294877

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

Romford

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03376202

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Alphatrack Systems Ltd

Southampton

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

02863196

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harmony Fire Ltd

Yeovil

Country

United Kingdom

NUTS code
  • UKK - South West (England)
Companies House

10427303

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Baydale Control Systems Ltd

Darlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03885564

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CCSS Ltd

Withham

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03543850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tailored Fire and Security Group

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

05238812

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Secom PLC Ltd

Kenley

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

02585807

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,250,000


Section six. Complementary information

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) 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)

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

Advantage South West

(www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

and SouthEast Consortium

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

A full list of current members is available at

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

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