Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way
Alfreton
DE55 2DS
Contact
Jonathan Tomalin
Telephone
+44 1246395610
Fax
+44 1246395610
Country
United Kingdom
Region code
UKF - East Midlands (England)
Companies House
07762614
Internet address(es)
Main address
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
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