South Somerset District Council: Community alarm monitoring services;- elderly frail

  South Somerset District Council has published this notice through Delta eSourcing

Notice Summary
Title: Community alarm monitoring services;- elderly frail
Notice type: Contract Notice
Authority: South Somerset District Council
Nature of contract: Services
Procedure: Open
Short Description: exercisable
Published: 16/09/2014 13:50

View Full Notice

UK-Yeovil: Alarm-monitoring services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      South Somerset District Council
      The council Offices, Brympton Way, Yeovil, BA20 2HT, United Kingdom
      Tel. +44 1935462076, Email: gary.russ@southsomerset.gov.uk, URL: http://www.southsomerset.gov.uk/
      Contact: The council Offices, Attn: Gary Russ

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Community alarm monitoring services;- elderly frail
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKK23 - Somerset         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Alarm-monitoring services. exercisable
         
      II.1.6)Common Procurement Vocabulary:
         79711000 - Alarm-monitoring services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      providing the call handling service:provision of a community alarm monitoring service for approximately 2000 elderly and or vulnerable people living within the administrative area of south Somerset council. 5 year contract with option to extend for a further 2 years.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      n/a
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      n/a
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      n/a
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      ongoing range of performance indicators applicable throughout the contract term. These will be used for quarterly review meetings and to set minimum standards of service provision. The contract may include incentives to hit high level of KPI targets in certain aspect of service provision such as call response time etc.(i)Quality of Project Plan for taking over/operating the service.(ii)Knowledge of area/understanding of customer base(iii)Cost effectiveness(iv)Proven ability(v)To be accredited to the Telecare Services Association (TSA) 2013 Integrated Code of Practice (Monitoring Module). EU equivalents are also acceptable      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      suitable accreditation to a professional body or trade association or minimum of two years previous experience in providing such services.To be accredited to the Telecare Services Association (TSA) 2013 Integrated Code of Practice (Monitoring Module). EU equivalents are also acceptable      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         a simple pass or fail will be applied to applicable information         
         Minimum Level(s) of standards possibly required:
         To be accredited to the Telecare Services Association (TSA) 2013 Integrated Code of Practice (Monitoring Module). EU equivalents are also acceptable
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         The ability of the supplier to connect with and integrate with a range of monitoring devices and equipment         
         Minimum Level(s) of standards possibly required:
         (i)Quality of Project Plan for taking over/operating the service.(ii)Knowledge of area/understanding of customer base(iii)Cost effectiveness(iv)Proven ability(v)To be accredited to the Telecare Services Association (TSA) 2013 Integrated Code of Practice (Monitoring Module). EU equivalents are also acceptable      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: AK/GR1.1      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 07/11/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/12/2014
      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Date: 30/01/2015
         Place:
         Yeovil
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 60 months
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=107973034
GO-2014916-PRO-6008881 TKR-2014916-PRO-6008880
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      South Somerset District Council
      ., ., ., United Kingdom
      Tel. +44 1935462395

      Body responsible for mediation procedures:
               South Somerset District Council
         ., ., ., United Kingdom
         Tel. +44 1935462395

      VI.4.2)Lodging of appeals: as per EU Procurement rules and regualations   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 16/09/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Yeovil: Alarm-monitoring services.

Section I: Contracting Authority
   Title: UK-Yeovil: Alarm-monitoring services.
   I.1)Name, Addresses and Contact Point(s):
      South Somerset District Council
      The council Offices, Brympton Way, Yeovil, BA20 2HT, United Kingdom
      Tel. +44 1935462076, Email: gary.russ@southsomerset.gov.uk, URL: http://www.southsomerset.gov.uk/
      Contact: The council Offices, Attn: Gary Russ

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Community alarm monitoring services;- elderly frail      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKK23 - Somerset         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Alarm-monitoring services. exercisable
      II.1.5)Common procurement vocabulary:
         79711000 - Alarm-monitoring services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 30,000
         Currency: GBP
         Including VAT: 20.0 %

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality of project plan - 40
         Knowledge or area - 30
         Cost effectivness - 20
         Proven ability - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: AK/GR1.1         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 28/07/2015      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Sedgemoor District Council/Sedgemoor lifline
         Postal address: Bridgwater House, King Square
         Town: Bridgwater
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=155236466
GO-2015812-PRO-6923238 TKR-2015812-PRO-6923237   
   VI.3.1)Body responsible for appeal procedures:
      South Somerset District Council
      ., ., BA202HT, United Kingdom
      Tel. +44 1935462395

      Body responsible for mediation procedures:
         South Somerset District Council
         ., ., BA202HT, United Kingdom
         Tel. +44 1935462395
   VI.3.2)Lodging of appeals: as per EU Procurement rules and regualations    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      south somerset district council
      BA202HT
   
   VI.4)Date Of Dispatch Of This Notice: 12/08/2015