Award

The provision of Electronic Door Entry Systems

LEICESTER CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

17 Oct 2025 at 14:26

Award

22 Sep 2025 at 14:15

Tender

15 Aug 2025 at 13:27

Summary of the contracting process

Leicester City Council has concluded its procurement process for the provision of Electronic Door Entry Systems, aimed at equipping its various properties within Leicester, UKF21 region. This project involves installation and support services for door entry systems used by Council residents. The contract was awarded on 15th October 2025 to Open View Security Solutions Limited through an open procedure. The contract is set to begin on 1st November 2025 and will run for an initial three years, with the possibility of extensions up to a total of seven years. The total contract value could reach up to £3,721,985.74, covering the installation and maintenance including potential risks and modifications that may arise from changes in regulations or unforeseen circumstances.

This tender offers substantial opportunities for businesses within the access control system and maintenance sectors to engage with a significant public sector client, which can lead to further business growth through sustained services and potential contract extensions. Companies providing repair and maintenance services to building installations, especially those familiar with electronic security systems, would find this contract highly suitable. The need for a flexible approach to in-life contract modifications suggests that businesses capable of adapting to regulatory updates and market changes will be well-positioned to benefit from such opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The provision of Electronic Door Entry Systems

Notice Description

Leicester City Council "the Council" has various properties within the City that use door entry systems. These properties are the dwellings of Council residents. The Council wishes to procure a contact for the installation and support for these door entry systems. The proposed contract will be for an initial term of three (3)-years with the option to extend for a further four (4) years in two-year periods (2+2 years). Total possible contract term of seven (7) years. The specification outlines the extent of the work that is to be provided by the successful contractor, which will include a fully auditable and live reporting system to document faults from the initial notification to the final rectification of works

Lot Information

Lot 1

Renewal: Initial term of 3 years with a possible extension of 2+2 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058901
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066413-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

50 - Repair and maintenance services


CPV Codes

42961100 - Access control system

50700000 - Repair and maintenance services of building installations

50710000 - Repair and maintenance services of electrical and mechanical building installations

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
£3,721,985 £1M-£10M
Contracts Value
£3,721,985 £1M-£10M

Notice Dates

Publication Date
17 Oct 20254 months ago
Submission Deadline
9 Sep 2025Expired
Future Notice Date
Not specified
Award Date
21 Sep 20255 months ago
Contract Period
1 Nov 2025 - 30 Oct 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LEICESTER CITY COUNCIL
Contact Name
Rebecca Cowan
Contact Email
rebecca.cowan@leicester.gov.uk
Contact Phone
01164541000

Buyer Location

Locality
LEICESTER
Postcode
LE1 1FZ
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF21 Leicester
Delivery Location
TLF21 Leicester

Local Authority
Leicester
Electoral Ward
Castle
Westminster Constituency
Leicester South

Supplier Information

Number of Suppliers
1
Supplier Name

OPEN VIEW SECURITY SOLUTIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-058901-2025-10-17T15:26:15+01:00",
    "date": "2025-10-17T15:26:15+01:00",
    "ocid": "ocds-h6vhtk-058901",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRT-5737-VBQD",
            "name": "Leicester City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRT-5737-VBQD"
            },
            "address": {
                "streetAddress": "City Hall",
                "locality": "Leicester",
                "postalCode": "LE1 1FZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF21"
            },
            "contactPoint": {
                "email": "Rebecca.cowan@leicester.gov.uk",
                "name": "Rebecca Cowan",
                "telephone": "01164541000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.leicester.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03376202",
            "name": "Open View Security Solutions Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03376202"
            },
            "address": {
                "streetAddress": "Openview House, Chesham Close",
                "locality": "Romford, Essex",
                "postalCode": "RM7 7PJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI52"
            },
            "contactPoint": {
                "email": "andy.ward@openviewgroup.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRT-5737-VBQD",
        "name": "Leicester City Council"
    },
    "planning": {
        "noEngagementNoticeRationale": "Due to the constrained timeline for this procurement, there was insufficient time to conduct a formal Preliminary Market Engagement exercise in advance of issuing the tender. Additionally, the requirements of this procurement are considered to be standard and well-established within the market. Similar goods/services have been procured previously under comparable specifications, and the market is well understood. Given these factors, a PME was not deemed necessary at this stage, and proceeding directly to tender was considered the most efficient and proportionate approach to meet project deadlines while still ensuring open and fair competition."
    },
    "tender": {
        "id": "1007RCHOU",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The provision of Electronic Door Entry Systems",
        "description": "Leicester City Council \"the Council\" has various properties within the City that use door entry systems. These properties are the dwellings of Council residents. The Council wishes to procure a contact for the installation and support for these door entry systems. The proposed contract will be for an initial term of three (3)-years with the option to extend for a further four (4) years in two-year periods (2+2 years). Total possible contract term of seven (7) years. The specification outlines the extent of the work that is to be provided by the successful contractor, which will include a fully auditable and live reporting system to document faults from the initial notification to the final rectification of works",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42961100",
                        "description": "Access control system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 600000,
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=eb93f064-b879-f011-813a-005056b64545&fromProjectDashboard=True",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-09T10:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-08-28T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-19T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 600000,
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Functional",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As stated in the Procurement Documentation"
                        },
                        {
                            "type": "technical",
                            "description": "As stated in the Procurement Documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00+00:00",
                    "endDate": "2028-10-31T23:59:59+00:00",
                    "maxExtentDate": "2032-10-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term of 3 years with a possible extension of 2+2 years"
                }
            }
        ],
        "documents": [
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Tender Documents",
                "url": "https://procontract.due-north.com/Advert?advertId=eb93f064-b879-f011-813a-005056b64545&fromProjectDashboard=True"
            },
            {
                "id": "L-3",
                "documentType": "technicalSpecifications",
                "description": "Technical Standards",
                "url": "https://procontract.due-north.com/Advert?advertId=eb93f064-b879-f011-813a-005056b64545&fromProjectDashboard=True"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "049170-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049170-2025",
                "datePublished": "2025-08-15T14:27:37+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Contract Terms and Associated Schedules form part of the procurement Pack"
        },
        "riskDetails": "Contract Terms and Associated Schedules form part of the procurement Pack"
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "The provision of Electronic Door Entry Systems",
            "status": "active",
            "date": "2025-09-22T00:00:00+01:00",
            "value": {
                "amountGross": 4466382,
                "amount": 3721985,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03376202",
                    "name": "Open View Security Solutions Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "42961100",
                            "description": "Access control system"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50700000",
                            "description": "Repair and maintenance services of building installations"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKF21",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKF21",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-10-01T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-11-01T00:00:00+00:00",
                "endDate": "2028-10-30T23:59:59+00:00",
                "maxExtentDate": "2032-10-30T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Initial 3 years with option sot extend for a further 2+2 years"
            },
            "hasOptions": true,
            "options": {
                "description": "The awarded value estimates the possible cost the risks identified that may arise during the contract term. Committed value PS107,416.80 but possible spend up to PS3,721,985.74 The Council have considered at an early stage the potential need for in-life contract modifications to incorporate flexibility into the Contract where appropriate and mitigating the risk of potentially unlawful modifications.There are risks which may jeopardise the satisfactory performance of the Contract but, due to the nature of the risks, are unable to be addressed in the Contract as awarded. Where the relevant, conditions under Schedule 8 of the Act are satisfied, the modification of the Contract to remedy the identified risks would be treated as a permitted contract modification. The potential risks are additional costs that come as a result of; a. Additional sites that become part of the estate which at this point cannot be known are required to be onboarded during the time, which will incur additional costs b. Updates to the fire regulations that cause servicing of the doors to become more frequent or have more requirements to meet health and safety standards if there is an update to any other regulations. c. The market availability of parts in that they are no longer available to purchase and therefore more spend occurs due to replacing a larger number of for example doors on the basis the current ones become obsolete d. Increases in anti-social behaviour causing vandalism to the door entry systems that will require more full replacements to the doors or repairs. e. The system awarded on the contract becomes obsolete during the term These risks cannot be managed as part of the procurement process but if they were to materialise dialogue/negotiation would need to take place and any changes to the contract agreed by formal change control under the contract."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "058581-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/058581-2025",
                    "datePublished": "2025-09-22T15:15:42+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-09-22T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-10-14T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "The provision of Electronic Door Entry Systems",
            "status": "active",
            "period": {
                "startDate": "2025-11-01T00:00:00+00:00",
                "endDate": "2028-10-30T23:59:59+00:00",
                "maxExtentDate": "2032-10-30T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Initial 3 years with option sot extend for a further 2+2 years"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. The awarded value estimates the possible cost the risks identified that may arise during the contract term. Committed value PS107,416.80 but possible spend up to PS3,721,985.74 The Council have considered at an early stage the potential need for in-life contract modifications to incorporate flexibility into the Contract where appropriate and mitigating the risk of potentially unlawful modifications.There are risks which may jeopardise the satisfactory performance of the Contract but, due to the nature of the risks, are unable to be addressed in the Contract as awarded. Where the relevant, conditions under Schedule 8 of the Act are satisfied, the modification of the Contract to remedy the identified risks would be treated as a permitted contract modification. The potential risks are additional costs that come as a result of; a. Additional sites that become part of the estate which at this point cannot be known are required to be onboarded during the time, which will incur additional costs b. Updates to the fire regulations that cause servicing of the doors to become more frequent or have more requirements to meet health and safety standards if there is an update to any other regulations. c. The market availability of parts in that they are no longer available to purchase and therefore more spend occurs due to replacing a larger number of for example doors on the basis the current ones become obsolete d. Increases in anti-social behaviour causing vandalism to the door entry systems that will require more full replacements to the doors or repairs. e. The system awarded on the contract becomes obsolete during the term These risks cannot be managed as part of the procurement process but if they were to materialise dialogue/negotiation would need to take place and any changes to the contract agreed by formal change control under the contract."
            },
            "value": {
                "amountGross": 4466382,
                "amount": 3721985,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-10-15T00:00:00+01:00",
            "documents": [
                {
                    "id": "066413-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/066413-2025",
                    "datePublished": "2025-10-17T15:26:15+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}