Efficiency East Midlands Ltd: Door Entry & CCTV Systems

  Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Door Entry & CCTV Systems
Notice type: Contract Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Services
Procedure: Open
Short Description: Efficiency East Midlands (EEM) is a procurement consortia which establishes and manages a range of Framework Agreements. Our members include Social Housing Providers, Local Authorities, Universities & NHS Trusts. We are looking to establish a new framework for the provision of Door Entry, Access Control and CCTV requirements. The works will be divided into the following Lots: Lot 1 - Door Entry & Access Control - Low Rise Only Lot 2 - Door Entry & Access Control - Low to High Rise Lot 3 - CCTV Systems Due to the geographical spread of our Members eligible to use the established framework we have decided to split the works into the following core regional geographical lots: Lot A Nottinghamshire and Derbyshire; Lot B Leicestershire and Northamptonshire; Lot C Lincolnshire; Lot D Greater London; Lot E West Midlands; Lot F Southern Region Lot G National Coverage A full description of the Lotting strategy is available in the tender documents.
Published: 17/05/2017 14:25
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottinghamshire: Access control system.
Section I: Contracting Authority
      I.1) Name and addresses
             Efficiency East Midlands Ltd
             Pure Offices, Lake View Drive, Sherwood Park, Nottinghamshire, NG15 0DT, United Kingdom
             Tel. +44 1623859889, Email: aidan@eem.org.uk
             Contact: Aidan Nunn
             Main Address: www.efficiency-em.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Nottinghamshire:-Access-control-system./6954F76RRQ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Door Entry & CCTV Systems       
      Reference Number: EEM0037
      II.1.2) Main CPV Code:
      42961100 - Access control system.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Efficiency East Midlands (EEM) is a procurement consortia which establishes and manages a range of Framework Agreements. Our members include Social Housing Providers, Local Authorities, Universities & NHS Trusts. We are looking to establish a new framework for the provision of Door Entry, Access Control and CCTV requirements.
The works will be divided into the following Lots:
Lot 1 - Door Entry & Access Control - Low Rise Only
Lot 2 - Door Entry & Access Control - Low to High Rise
Lot 3 - CCTV Systems
Due to the geographical spread of our Members eligible to use the established framework we have decided to split the works into the following core regional geographical lots:
Lot A Nottinghamshire and Derbyshire;
Lot B Leicestershire and Northamptonshire;
Lot C Lincolnshire;
Lot D Greater London;
Lot E West Midlands;
Lot F Southern Region
Lot G National Coverage

A full description of the Lotting strategy is available in the tender documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 35,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1-Low Rise Buildings, Lot 2-Low to High Rise Buildings, Lot 3 - CCTV Systems
Regional Lot A - Nottinghamshire and Derbyshire, Regional Lot B - Lincolnshire, Regional Lot C - Leicestershire and Northamptonshire, Regional Lot D - Greater London, Regional Lot E - West Midlands, Regional Lot F - Southern Region (Berks.Hampshire, Wilts. Dorset, Somerset),
Regional Lot G - National Coverage

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Door Entry & Access Control Systems - Low Rise Buildings Only       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      42961100 - Access control system.
      50711000 - Repair and maintenance services of electrical building installations.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50610000 - Repair and maintenance services of security equipment.
      32360000 - Intercom equipment.
      44221310 - Access gates.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the provision of services related to Door Entry & CCTV Systems. This Lot is for Members who have Door Entry and Access Control requirements in Low Rise properties (Up to 12 way systems).
The successful Contractor will have demonstrated that they have the experience and capacity to support Contracting Authorities with specific Door Entry and Access Control System requirements including, but not limited to, the requirements detailed below which may expand as new Contracting Authorities join:

•installation
•inspection
•maintenance and repair
•programmed servicing

The works shall comprise of day-to-day maintenance, repair and programmed servicing of existing equipment and systems and installation of replacement systems if required. The Contractor shall take such reasonable steps to maintain the equipment so that it shall continue to have, throughout the Call-off Contract period, acceptable high standards of serviceability and performance required by the Contracting Authority.
As EEM's membership grows there may also be a requirement for works to be undertaken in office accommodation, hospitals, student accommodation, communal facilities and any other building maintained or owned by a Contracting Authority. 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 2 years beyond expiry of the 4 year term. Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Method Statements / Weighting: 30
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Door Entry & Access Control - Low to High Rise       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      42961100 - Access control system.
      50711000 - Repair and maintenance services of electrical building installations.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      44221310 - Access gates.
      32360000 - Intercom equipment.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the provision of services related to Door Entry & CCTV Systems. This Lot is for Members who have Door Entry and Access Control requirements in both Low Rise and High-Rise properties.
The successful Contractor will have demonstrated that they have the experience and capacity to support Contracting Authorities with specific Door Entry and Access Control System requirements including, but not limited to, the requirements detailed below which may expand as new Contracting Authorities join:

•installation
•inspection
•maintenance and repair
•programmed servicing

The works shall comprise of day-to-day maintenance, repair and programmed servicing of existing equipment and systems and installation of replacement systems if required. The Contractor shall take such reasonable steps to maintain the equipment so that it shall continue to have, throughout the Call-off Contract period, acceptable high standards of serviceability and performance required by the Contracting Authority.
As EEM's membership grows there may also be a requirement for works to be undertaken in office accommodation, hospitals, student accommodation, communal facilities and any other building maintained or owned by a Contracting Authority. 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 2 years beyond expiry of the 4 year term. Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Method Statements / Weighting: 30
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: CCTV Systems       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      32235000 - Closed-circuit surveillance system.
      35121000 - Security equipment.
      50610000 - Repair and maintenance services of security equipment.
      92222000 - Closed circuit television services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the provision of services related to Door Entry & CCTV Systems. This Lot is for Members who have CCTV observation systems and (where applicable) integrated with existing systems.The successful Contractor will have demonstrated that they have the experience and capacity to support Contracting Authorities with specific CCTV System requirements including, but not limited to, the requirements detailed below which may expand as new Contracting Authorities join:

•installation
•inspection
•maintenance and repair
•programmed servicing

The works shall comprise of day-to-day maintenance, repair and programmed servicing of existing equipment and systems and installation of replacement systems if required. The Contractor shall take such reasonable steps to maintain the equipment so that it shall continue to have, throughout the Call-off Contract period, acceptable high standards of serviceability and performance required by the Contracting Authority.
As EEM's membership grows there may also be a requirement for works to be undertaken in office accommodation, hospitals, student accommodation, communal facilities and any other building maintained or owned by a Contracting Authority. 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 2 years beyond expiry of the 4 year term. Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the Framework.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Method Statement / Weighting: 30
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      The information and formalities set out in Directive 2014/24/EU of the European Parliament and of the Council and Regulations 56 to 64 of the Public Contract Regulations 2015, as set out in the procurement documents. This tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 26           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2016/S 227 - 413448       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/06/2017 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/06/2017
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. This Contract Notice has been published by Efficiency East Midlands Limited(EEM) on behalf of their members and the other organisations described below as being Authorised Users. EEM is incorporated as a company limited by guarantee. The Framework Agreement being procured by the procurement exercise begun by publication of this Contract Notice will be entered into by EEM as the Contracting Authority. Any reference in this Contract Notice to Contracting Authority is deemed to be and include a reference to EEM. The current members of EEM are available at: www.efficiency-em.co.uk All of the current members are to be regarded as Contracting Authorities under the Public Contracts Regulations2015 for the purpose of the procurement exercise begun by publication of this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise. The Authorised Users of the Framework Agreements and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise are: 1. Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being 1 of the organisations identified at: www.efficiency-em.co.uk and; 2. Any Future Member of EEM — being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents and in respect of which such organization notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise that such organization is an Authorised User;3. An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member nor a Future Member of EEM but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in 1 or more geographic area in which it operates and is a local authority, i.e. a County, Metropolitan (City), District or Borough Council or a Unitary Authority in England or Wales or is an Arm's Length Management Organisation (ALMO) or any statutory replacement or successor organization managed by such local authority under a management agreement under section 27 of the Housing Act 1985 (or subsequent legislation) or is a provider of social housing registered as a registered provider with the Homes and Communities Agency or as a registered social landlord with the Welsh Ministers or (in the case of EEM) is an NHS Trust (which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education or further education college or other public sector organisation and in all cases in respect of any such contracting authority organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise being advertised by this Contract Notice that such organisation is an Authorised User of the Framework Agreements, EEM Participants may include consortia made up of organisations which would themselves individually be an EEM Participant and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of that special purpose vehicle that own and control that special purpose vehicle.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottinghamshire:-Access-control-system./6954F76RRQ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6954F76RRQ
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             The Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +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 information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this 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 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has 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 has 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 lodging of appeals may be obtained:
          The Cabinet Office
       Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 17/05/2017

Annex A


View any Notice Addenda

View Award Notice