Planning

EEM0067 - Fire Safety, Security & Entry and Access Systems Framework

EFFICIENCY EAST MIDLANDS LIMITED

This public procurement record has 1 release in its history.

Planning

21 Apr 2026 at 15:17

Summary of the contracting process

Efficiency East Midlands Limited is planning a procurement process to establish the Fire Safety, Security & Entry and Access Systems Framework. This framework will be replacing existing frameworks due to expire in October 2026 and will commence from November 9th, 2026, until November 8th, 2030. The procurement is through an open procedure, targeting services across multiple regions in the United Kingdom, including the Midlands. The tender process will begin with document availability from June 1st, 2026, and submissions must be completed by August 10th, 2026. The tender is split into lots covering installations and maintenance in fire safety, entry and access control, and warden call systems.

This tender presents significant growth opportunities for businesses involved in fire safety and security systems, access control solutions, and technologies supporting independent living. Companies specialising in installation, maintenance, and supply of equipment such as fire alarms, CCTV, intercoms, and warden call systems will find prospects in the various lots provided. The framework welcomes participation from small and medium-sized enterprises through regional and national sub-lots, enhancing competition and innovation. Compliance with relevant British, European, and international standards is mandatory, ensuring high-quality delivery and adherence to safety regulations. The award criteria balance pricing and quality, making it an attractive proposition for businesses with competitive solutions and expertise in the sector.

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

Notice Title

EEM0067 - Fire Safety, Security & Entry and Access Systems Framework

Notice Description

This is a Planned Procurement Notice as Efficiency East Midlands (EEM) are conducting a tender exercise in June 2026 to procure a Fire Safety, Security & Entry and Access Systems Framework to replace our existing Frameworks (EEM0037 Door Entry, Access Control, CCTV and Warden Call Systems Framework and EEM0067 Fire & Intruder Alarms and Fire Protection Equipment) which will expire on October 2026. The Framework will be split into the following Lots: Lot 1 - Install and Maintenance of Fire and Intruder Alarms Lot 2 - Install and Maintenance of Door Entry, Access control and CCTV Lot 3 - Install and Maintenance of Warden Call Lot 1 The Scope for Lot 1 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance. * Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless). * Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless). * Detection Devices (Smoke, Flame, Optical Beam, Heat, Carbon Monoxide, Multi-Sensor, Aspirating Smoke and Manual Call Points). * Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders and Visual Alarm Signals). * Intruder Alarm System Installations, Upgrades, Maintenance and Repairs. * Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs. * Aspirating System Installations, Upgrades, Maintenance and Repairs. * Fire Protection Equipment Supply, Maintenance, and Refill o Fire Extinguishers o Fire Hydrants o Fire Dampers o Fire Shutters o Fire Blankets o Fire Evacuation Chairs o Hose Reels, Inlets, Valves and Nozzles o Safety Signs * Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades. * Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades. * Fire Door Inspection Services * Emergency Lighting Systems Maintenance, Repairs and System Upgrades. * Fire and Intruder Alarm Engineers * All builders work and making good/redecoration of all building fabric disturbed by associated works. * Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works. 6 All contractors MUST be compliant with The Regulatory Reform (Fire Safety) Order 2005. Furthermore, all goods, works and services supplied to Members will be delivered in accordance with all relevant British, European and international Standards for fire safety systems or products. Lot 2 The Scope for Lot 2 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to meet current legislation and guidance on Door Entry, Access Control and CCTV Installs and Maintenance. Lot 2 covers the design and installation / extension to existing door entry and access control systems. Lot 2 also covers servicing, repairs and planned preventative maintenance of door entry and access control systems. All systems installed via Lot 2 of this Framework should be carried out in in line with the NSI code of practice NCP109. 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 All works shall be in compliance with BS EN ISO 9001:2015 and BS EN 60839-11-1 'Alarm and Electronic Security Systems, Electronic Access Control Systems, Systems and Component Requirements", BS EN 60839-11-2 "Alarm and Electronic Security Systems, Electronic Access Controls Systems" application guidelines, BS EN 50486 "Equipment for use in Audio and Video Door Entry Systems", BS 7671 IET Wiring Regulations (latest edition), NCP109 and SI code of practice for "Planning, Installation and Maintenance of Access Control Systems NSI", and SSAIB code of practice for "Access Control Systems". Lot 2 covers the design and installation / extension to existing CCTV installations. Lot 2 also covers servicing, repairs and planned preventative maintenance of CCTV systems. Lot 3 The Scope for Lot 3 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to meet current legislation and guidance on Warden Call Systems. Lot 3 covers 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: * BS 8521-2:2020 'Social Alarm Systems' * BS EN 50134 Parts 1 to 7 'Alarm Systems / Social Alarm Systems' * BS 7671 The IET Wiring Regulations Each lot may be divided into a Midlands sub-lot and a National sub-lot to encourage participation from small and medium-sized enterprises (SMEs). The documents will be available on Delta eSourcing from Monday 1st June 2026 with a submission deadline of Monday 10th August 2026. This is a Planned Procurement Notice, and we reserve the right to change details in the tender notice.

Lot Information

Install and Maintenance of Fire and Intruder Alarms

Lot 1 is being created to support Members by providing the supply, installation, servicing and ongoing maintenance of fire safety systems and equipment, covering but not limited to: Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless). Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless). Detection Devices (Smoke, Flame, Optical Beam, Heat, Carbon Monoxide, Multi-Sensor, Aspirating Smoke and Manual Call Points). Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders and Visual Alarm Signals). Sprinkler, Misting and Suppression Systems, New Installations, Maintenance and Repairs. Aspirating System Installations, Upgrades, Maintenance and Repairs. Fire Protection Equipment Supply, Maintenance, and Refill o Fire Extinguishers o Fire Hydrants o Fire Dampers o Fire Shutters o Fire Blankets o Fire Evacuation Chairs o Hose Reels, Inlets, Valves and Nozzles o Safety Signs Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades. Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades. Fire Door Inspection Services Emergency Lighting Systems Maintenance, Repairs and System Upgrades. This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.

Install and Maintenance of Door Entry, Access control and CCTV

Lot 2 is being created to support Members through the provision of secure, reliable and fully integrated security and access solutions. The scope includes the design, supply, installation, servicing and ongoing maintenance of the following systems: Door Entry and Access Control Audio, video, digital and IP-based door entry systems Keypad, fob, card and biometric access control solutions Integration with existing security and building management systems Servicing, preventative maintenance and reactive repairs CCTV, Surveillance and Intruder Alarms Fixed, dome and PTZ CCTV cameras IP, HD and networked CCTV systems Recording, monitoring and remote access equipment Integration with wider security platforms Intruder alarm systems Planned preventative and reactive maintenance services Automated Entry and Physical Security Systems Automated and manual gates and barriers Automatic sliding, swing and revolving doors Bollards Roller shutters and security grilles Systems regulating pedestrian and vehicular access Compliance with safety, legislative and accessibility requirements Routine inspection, testing and scheduled maintenance Reactive maintenance and repair services This lot provides a comprehensive approach to access control, site security and automated entry, ensuring safe, compliant and resilient solutions across Member estates. This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.

Install and Maintenance of Warden Call

Lot 3 is being created to support Members by providing solutions to support independent living and resident safety, particularly in sheltered and supported housing schemes. It covers the installation and upkeep of technology that enables effective communication and emergency response, including (but not limited to): Warden call and nurse call systems Telecare and telehealth devices Personal alarms and emergency pull cords Assisted living systems Integration with monitoring centres Regular testing and maintenance Reactive maintenance This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0687cd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036283-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

31518200 - Emergency lighting equipment

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

31625300 - Burglar-alarm systems

32360000 - Intercom equipment

34928300 - Safety barriers

35111300 - Fire extinguishers

35111320 - Portable fire-extinguishers

35111500 - Fire suppression system

35125300 - Security cameras

39525400 - Fire blankets

42961100 - Access control system

44115500 - Sprinkler systems

44482000 - Fire-protection devices

50000000 - Repair and maintenance services

50330000 - Maintenance services of telecommunications equipment

79711000 - Alarm-monitoring services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Apr 20263 days ago
Submission Deadline
10 Aug 20264 months to go
Future Notice Date
1 Jun 20262 months to go
Award Date
Not specified
Contract Period
9 Nov 2026 - 8 Nov 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EFFICIENCY EAST MIDLANDS LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ALFRETON
Postcode
DE55 2DS
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF12 East Derbyshire
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Bolsover
Electoral Ward
South Normanton East
Westminster Constituency
Bolsover

Further Information

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-0687cd-2026-04-21T16:17:54+01:00",
    "date": "2026-04-21T16:17:54+01:00",
    "ocid": "ocds-h6vhtk-0687cd",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "036283-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036283-2026",
                "datePublished": "2026-04-21T16:17:54+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-07762614",
            "name": "EFFICIENCY EAST MIDLANDS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07762614"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRXX-3953-HVQM"
                }
            ],
            "address": {
                "streetAddress": "3 Maisies Way",
                "locality": "Alfreton",
                "postalCode": "DE55 2DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF12"
            },
            "contactPoint": {
                "email": "tenders@eem.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-07762614",
        "name": "EFFICIENCY EAST MIDLANDS LIMITED"
    },
    "tender": {
        "id": "EEM0067",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "EEM0067 - Fire Safety, Security & Entry and Access Systems Framework",
        "description": "This is a Planned Procurement Notice as Efficiency East Midlands (EEM) are conducting a tender exercise in June 2026 to procure a Fire Safety, Security & Entry and Access Systems Framework to replace our existing Frameworks (EEM0037 Door Entry, Access Control, CCTV and Warden Call Systems Framework and EEM0067 Fire & Intruder Alarms and Fire Protection Equipment) which will expire on October 2026. The Framework will be split into the following Lots: Lot 1 - Install and Maintenance of Fire and Intruder Alarms Lot 2 - Install and Maintenance of Door Entry, Access control and CCTV Lot 3 - Install and Maintenance of Warden Call Lot 1 The Scope for Lot 1 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance. * Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless). * Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless). * Detection Devices (Smoke, Flame, Optical Beam, Heat, Carbon Monoxide, Multi-Sensor, Aspirating Smoke and Manual Call Points). * Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders and Visual Alarm Signals). * Intruder Alarm System Installations, Upgrades, Maintenance and Repairs. * Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs. * Aspirating System Installations, Upgrades, Maintenance and Repairs. * Fire Protection Equipment Supply, Maintenance, and Refill o Fire Extinguishers o Fire Hydrants o Fire Dampers o Fire Shutters o Fire Blankets o Fire Evacuation Chairs o Hose Reels, Inlets, Valves and Nozzles o Safety Signs * Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades. * Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades. * Fire Door Inspection Services * Emergency Lighting Systems Maintenance, Repairs and System Upgrades. * Fire and Intruder Alarm Engineers * All builders work and making good/redecoration of all building fabric disturbed by associated works. * Testing, commissioning, and system demonstrations, as fitted drawings and operation and maintenance manuals and any other works associated with contracts including any of the above-described works. 6 All contractors MUST be compliant with The Regulatory Reform (Fire Safety) Order 2005. Furthermore, all goods, works and services supplied to Members will be delivered in accordance with all relevant British, European and international Standards for fire safety systems or products. Lot 2 The Scope for Lot 2 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to meet current legislation and guidance on Door Entry, Access Control and CCTV Installs and Maintenance. Lot 2 covers the design and installation / extension to existing door entry and access control systems. Lot 2 also covers servicing, repairs and planned preventative maintenance of door entry and access control systems. All systems installed via Lot 2 of this Framework should be carried out in in line with the NSI code of practice NCP109. 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 All works shall be in compliance with BS EN ISO 9001:2015 and BS EN 60839-11-1 'Alarm and Electronic Security Systems, Electronic Access Control Systems, Systems and Component Requirements\", BS EN 60839-11-2 \"Alarm and Electronic Security Systems, Electronic Access Controls Systems\" application guidelines, BS EN 50486 \"Equipment for use in Audio and Video Door Entry Systems\", BS 7671 IET Wiring Regulations (latest edition), NCP109 and SI code of practice for \"Planning, Installation and Maintenance of Access Control Systems NSI\", and SSAIB code of practice for \"Access Control Systems\". Lot 2 covers the design and installation / extension to existing CCTV installations. Lot 2 also covers servicing, repairs and planned preventative maintenance of CCTV systems. Lot 3 The Scope for Lot 3 has been put together to ensure our members can call upon to select a suitable qualified and experienced Contractors to meet current legislation and guidance on Warden Call Systems. Lot 3 covers 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: * BS 8521-2:2020 'Social Alarm Systems' * BS EN 50134 Parts 1 to 7 'Alarm Systems / Social Alarm Systems' * BS 7671 The IET Wiring Regulations Each lot may be divided into a Midlands sub-lot and a National sub-lot to encourage participation from small and medium-sized enterprises (SMEs). The documents will be available on Delta eSourcing from Monday 1st June 2026 with a submission deadline of Monday 10th August 2026. This is a Planned Procurement Notice, and we reserve the right to change details in the tender notice.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31518200",
                        "description": "Emergency lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625300",
                        "description": "Burglar-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111320",
                        "description": "Portable fire-extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115500",
                        "description": "Sprinkler systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482000",
                        "description": "Fire-protection devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32360000",
                        "description": "Intercom equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125300",
                        "description": "Security cameras"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42961100",
                        "description": "Access control system"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32360000",
                        "description": "Intercom equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50330000",
                        "description": "Maintenance services of telecommunications equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition"
            }
        },
        "submissionMethodDetails": "Tenders must be completed and submitted electronically via https://www.delta-esourcing.com/ (https://www.delta-esourcing.com/) Any submissions received via email (or other means) will be rejected. We reserve the right to cancel the tendering process and reject all bids at any time prior to award of tender without incurring any liability to the affected tenderers. We shall not be bound to accept the lowest or any tender and reserves to itself the right as its absolute discretion to accept or not to accept any tender. We also reserve the right to award a part Page 9 to 12 contract on any tender and disregard any items after the tender has been submitted. The tenderer shall be deemed to have examined fully, at the time of tendering, the tender documents. The tenderer shall bring any discrepancies to the attention of the Procurement Officer during the period allowed for tendering, otherwise it shall be accepted that all items in the Tender Documents have been included in the tender. We reserve the right to reject any tender submission that is returned without the required information. EEM reserve the right to reject a submission from an excluded supplier, excludable supplier and a supplier on the debarment list.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-08-10T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-10-26T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "Install and Maintenance of Fire and Intruder Alarms",
                "description": "Lot 1 is being created to support Members by providing the supply, installation, servicing and ongoing maintenance of fire safety systems and equipment, covering but not limited to: Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless). Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless). Detection Devices (Smoke, Flame, Optical Beam, Heat, Carbon Monoxide, Multi-Sensor, Aspirating Smoke and Manual Call Points). Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders and Visual Alarm Signals). Sprinkler, Misting and Suppression Systems, New Installations, Maintenance and Repairs. Aspirating System Installations, Upgrades, Maintenance and Repairs. Fire Protection Equipment Supply, Maintenance, and Refill o Fire Extinguishers o Fire Hydrants o Fire Dampers o Fire Shutters o Fire Blankets o Fire Evacuation Chairs o Hose Reels, Inlets, Valves and Nozzles o Safety Signs Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades. Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades. Fire Door Inspection Services Emergency Lighting Systems Maintenance, Repairs and System Upgrades. This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.",
                "status": "planned",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Pricing Schedule",
                            "description": "Pricing will account for 40% of the overall evaluation criteria for this framework. The method used to calculate this 40% will be based on a percentage scoring system, details of which will be provided in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Presentation - Scenario",
                            "description": "The Contractor that receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Written Quality Questions",
                            "description": "There will bean allocated % weighting per question within the presentation. For each presentation question response, the Contractor hat receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-11-09T00:00:00Z",
                    "endDate": "2030-11-08T23:59:59Z"
                }
            },
            {
                "id": "2",
                "title": "Install and Maintenance of Door Entry, Access control and CCTV",
                "description": "Lot 2 is being created to support Members through the provision of secure, reliable and fully integrated security and access solutions. The scope includes the design, supply, installation, servicing and ongoing maintenance of the following systems: Door Entry and Access Control Audio, video, digital and IP-based door entry systems Keypad, fob, card and biometric access control solutions Integration with existing security and building management systems Servicing, preventative maintenance and reactive repairs CCTV, Surveillance and Intruder Alarms Fixed, dome and PTZ CCTV cameras IP, HD and networked CCTV systems Recording, monitoring and remote access equipment Integration with wider security platforms Intruder alarm systems Planned preventative and reactive maintenance services Automated Entry and Physical Security Systems Automated and manual gates and barriers Automatic sliding, swing and revolving doors Bollards Roller shutters and security grilles Systems regulating pedestrian and vehicular access Compliance with safety, legislative and accessibility requirements Routine inspection, testing and scheduled maintenance Reactive maintenance and repair services This lot provides a comprehensive approach to access control, site security and automated entry, ensuring safe, compliant and resilient solutions across Member estates. This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.",
                "status": "planned",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Pricing Schedule",
                            "description": "Pricing will account for 40% of the overall evaluation criteria for this framework. The method used to calculate this 40% will be based on a percentage scoring system, details of which will be provided in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Presentation - Scenario",
                            "description": "The Contractor that receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Written Quality Questions",
                            "description": "There will bean allocated % weighting per question within the presentation. For each presentation question response, the Contractor hat receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-11-09T00:00:00Z",
                    "endDate": "2030-11-08T23:59:59Z"
                }
            },
            {
                "id": "3",
                "title": "Install and Maintenance of Warden Call",
                "description": "Lot 3 is being created to support Members by providing solutions to support independent living and resident safety, particularly in sheltered and supported housing schemes. It covers the installation and upkeep of technology that enables effective communication and emergency response, including (but not limited to): Warden call and nurse call systems Telecare and telehealth devices Personal alarms and emergency pull cords Assisted living systems Integration with monitoring centres Regular testing and maintenance Reactive maintenance This lot may be divided into two sub-lots: a Midlands sub-lot and a National sub-lot.",
                "status": "planned",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Pricing Schedule",
                            "description": "Pricing will account for 40% of the overall evaluation criteria for this framework. The method used to calculate this 40% will be based on a percentage scoring system, details of which will be provided in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Presentation - Scenario",
                            "description": "The Contractor that receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Written Quality Questions",
                            "description": "There will bean allocated % weighting per question within the presentation. For each presentation question response, the Contractor hat receives a score of 5 will receive the maximum quality weighting for that question. All other Contractors will receive a proportion of the marks relevant to the percentage difference from the highest scoring Contractor for that question. Contractors evaluation scores and weighted score for each question will be added together and the contractor with the highest overall weighted score will be the highest scoring Contractor for the quality element of the evaluation process. Criteria will be 0-5 (0 being a Fail to 5 being Excellent) asset out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-11-09T00:00:00Z",
                    "endDate": "2030-11-08T23:59:59Z"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-06-01T23:59:59+01:00"
        }
    },
    "language": "en"
}