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 Award Notice

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

  • First published: 27 September 2022
  • Last modified: 27 September 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-031f56
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
27 September 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Unit 3 Maisies Way

Alfreton

DE55 2DS

UK

Contact person: Jonathan Tomalin

Telephone: +44 1246395610

E-mail: jonathan@eem.org.uk

Fax: +44 1246395610

NUTS: UKF

Internet address(es)

Main address: https://eem.org.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: EEM0037

II.1.2) Main CPV code

50711000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

42000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.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

II.2.5) Award criteria

Quality criterion: A) Servicing / Weighting: 15

Quality criterion: B) Servicing Scenario / Weighting: 15

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

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

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

Cost criterion: Quality / Weighting: 50

Cost criterion: Minimum Competence / Weighting: Pass / Fail

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

Auto Access Including Auto Gates, Roller Shutters Install and Maintenance

II.2.2) Additional CPV code(s)

34928300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKJ

UKK

UKL

II.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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Minimum Competence / Weighting: Pass / Fail

Cost criterion: A) Servicing / Weighting: 15

Cost criterion: B) Servicing Scenario / Weighting: 15

Cost criterion: C) Servicing Scenario / Weighting: 10

Cost criterion: D) Installs / Weighting: 5

Cost criterion: E) Call Out Rates / Weighting: 5

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

Warden Call Install & Maintenance

II.2.2) Additional CPV code(s)

50330000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Minimum Competence / Weighting: Pass / Fail

Cost criterion: A) SOR's / Weighting: 15

Cost criterion: B) Maintenance / Weighting: 15

Cost criterion: C) Scenario 1 / Weighting: 5

Cost criterion: D) Scenario 2 / Weighting: 5

Cost criterion: E) Call Out Rates / Weighting: 10

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: 4

II.2.1) Title

CCTV Installs and Maintenance

II.2.2) Additional CPV code(s)

35125300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

II.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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Minimum Competence / Weighting: Pass / Fail

Cost criterion: A) CCTV Maintenance / Weighting: 15

Cost criterion: B) Installation SOR's / Weighting: 15

Cost criterion: C) CCTV Scenario 1 and 2 / Weighting: 10

Cost criterion: D) Cloud Based CCTV Scenario 3 / Weighting: 5

Cost criterion: E) Call Out Rates / Weighting: 5

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-006333

Section V: Award of contract

Lot No: 1

Title: Door Entry

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/08/2022

V.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

V.2.3) Name and address of the contractor

Baydale Control Systems Ltd

03885564

Darlington

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Ltd

03543850

Witham

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Direct Systems (Chesterfield) Ltd

08403319

Chesterfield

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Alphatrack Systems Ltd

02863196

Southampton

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

03376202

Romford

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ABCA Systems Ltd

06294877

Killingworth

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harmony Fire Ltd

10427303

Yeovil

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ASM Access Ltd

07027381

Worcester

UK

NUTS: UKG

The contractor is an SME: Yes

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

Total value of the contract/lot: : 40 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Access Control

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/08/2022

V.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

V.2.3) Name and address of the contractor

ABCA Systems Ltd

06294877

Killingworth

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Ltd

03543850

Witham

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

03376202

Romford

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Baydale Control Systems Ltd

03885564

Darlington

UK

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Warden Call

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/08/2022

V.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

V.2.3) Name and address of the contractor

ABCA Systems Ltd

06294877

Killingworth

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tunstall Healthcare UK Ltd

01332249

Whitley

UK

NUTS: UKE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

03376202

Romford

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Legrand Assisted Living Healthcare

00115834

Birmingham

UK

NUTS: UKG

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Baydale Control Systems Ltd

03885564

Darlington

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

08765695

Plymouth

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Ltd

03543850

Witham

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Allhand Ltd T/A Harrold Jones Services

01409926

Birmingham

UK

NUTS: UKG

The contractor is an SME: Yes

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

Total value of the contract/lot: : 6 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: ABCA

Title: CCTV

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/08/2022

V.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

V.2.3) Name and address of the contractor

ABCA Systems Ltd

06294877

Killingworth

UK

NUTS: UKC

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OpenView Security Solutions Ltd

03376202

Romford

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Alphatrack Systems Ltd

02863196

Southampton

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Harmony Fire Ltd

10427303

Yeovil

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Baydale Control Systems Ltd

03885564

Darlington

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CCSS Ltd

03543850

Withham

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tailored Fire and Security Group

05238812

Manchester

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Secom PLC Ltd

02585807

Kenley

UK

NUTS: UKJ

The contractor is an SME: Yes

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

Total value of the contract/lot: : 6 250 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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;

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

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

VI.5) Date of dispatch of this notice

26/09/2022

Coding

Commodity categories

ID Title Parent category
42000000 Industrial machinery Technology and Equipment
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
34928300 Safety barriers Road furniture
35125300 Security cameras Surveillance system

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:
jonathan@eem.org.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.