Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Digital Scheme Based Solutions

  • First published: 29 March 2024
  • Last modified: 29 March 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044e61
Published by:
Connexus Homes Limited
Authority ID:
AA81124
Publication date:
29 March 2024
Deadline date:
29 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Connexus Homes Limited

The Gateway, The Auction Yard

Craven Arms

SY7 9BW

UK

Contact person: Jayne Stringer

Telephone: +44 3332313233

E-mail: jayne.bissell@connexus-group.co.uk

NUTS: UKG

Internet address(es)

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

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA7601

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


I.4) Type of the contracting authority

Other: Housing Association

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Digital Scheme Based Solutions

II.1.2) Main CPV code

32500000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Flatted Schemes with Door Entry (Mostly Staffed)

II.2.2) Additional CPV code(s)

32000000

33000000

32500000

32510000

32540000

32520000

32550000

32571000

32572000

35100000

35121700

31625100

31625200

31712112

45233292

45314000

45312000

48000000

50000000

51000000

64000000

71243000

72211000

75200000

80000000

85000000

85300000

85323000

98330000

32570000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Across Shropshire and Herefordshire

II.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).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 429 667.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Independent Living Bungalow Schemes (Staffed)

II.2.2) Additional CPV code(s)

31625100

31625200

31712112

32000000

32500000

32520000

32540000

32550000

32570000

32571000

32572000

32510000

33000000

35100000

45233292

45312000

45314000

48000000

50000000

51000000

64000000

71243000

72211000

75200000

80000000

85000000

85300000

85323000

98330000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Across Shropshire and Herefordshire

II.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).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 906 667.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

HFOP mixed Bungalows & Flatted Schemes (Non-Staffed)

II.2.2) Additional CPV code(s)

32000000

32570000

32500000

32510000

32540000

32520000

32550000

32571000

32572000

33000000

35100000

35121700

31625100

31625200

31712112

45233292

45314000

45312000

48000000

50000000

51000000

64000000

71243000

72211000

75200000

80000000

85000000

85323000

98330000

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Across Shropshire and Herefordshire

II.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).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 1 163 667.00  GBP

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 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.

III.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 required:

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

III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 29/04/2024

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 29/04/2024

Local time: 12:00

Information about authorised persons and opening procedure:

As per Connexus' Standing Orders and Financial Regulations.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

VI.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]]

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

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

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.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’.

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

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

UK

Telephone: +44 2072761234

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
35121700 Alarm systems Security equipment
32572000 Communications cable Communications equipment
32570000 Communications equipment Telecommunications equipment and supplies
32571000 Communications infrastructure Communications equipment
85323000 Community health services Social services
71243000 Draft plans (systems and integration) Architectural, engineering and planning services
80000000 Education and training services Education
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
85000000 Health and social work services Other Services
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45314000 Installation of telecommunications equipment Electrical installation work
51000000 Installation services (except software) Other Services
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
98330000 Physical well-being services Miscellaneous services
64000000 Postal and telecommunications services Other Services
72211000 Programming services of systems and user software Programming services of packaged software products
75200000 Provision of services to the community Administration, defence and social security services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
31712112 SIM cards Microelectronic machinery and apparatus and microsystems
85300000 Social work and related services Health and social work services
48000000 Software package and information systems Computer and Related Services
32540000 Switchboards Telecommunications equipment and supplies
32520000 Telecommunications cable and equipment Telecommunications equipment and supplies
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32550000 Telephone equipment Telecommunications equipment and supplies
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jayne.bissell@connexus-group.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.