Door Entry and CCTV Systems Tender
Efficiency East Midlands is a procurement consortia which establishes and manages a range of Framework Agreements.
United Kingdom-Nottingham: Access control system
2017/S 096-189354
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Pure Offices, Lake View Drive, Sherwood Park, Nottinghamshire
Nottingham
NG15 0DT
United Kingdom
Contact person: Aidan Nunn
Telephone: +44 1623859889
E-mail: aidan@eem.org.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Door Entry and CCTV Systems.
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about 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.2.1)Title:
Door Entry & Access Control Systems — Low Rise Buildings Only
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Door Entry and Access Control — Low to High Rise
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CCTV Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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
GO Reference: GO-2017517-PRO-10226623.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
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 review procedure may be obtained
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice:
Related Posts
CCTV for Cannock Chase District Council
Shared CCTV Services Contract London
Selby District Council CCTV Monitoring Contract