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