Wakefield and District Housing has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Service and Maintenance of WDH Care Link Alarms |
Notice type: | Contract Notice |
Authority: | Wakefield and District Housing |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Contract scope is required to cover the Service, Maintenance and Repair to Wakefield and District Housing’s Care Link Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units and Smoke Alarms.This Contract does not include for the Service and Maintenance of the Control Centre nor the provision of new Telecare Equipment for example Pendants and Master Units. |
Published: | 25/09/2014 11:46 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wakefield and District Housing
Merefield House, Whistler Drive, Castleford, WF10 5HX, United Kingdom
Tel. +44 1977788679, Email: procurement@wdh.co.uk, URL: www.wdh.co.uk
Contact: Corporate Procurement Team, Attn: Mark Whitehouse
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:
Body governed by public law
I.3) Main activity:
Housing and community amenities
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: Service and Maintenance of WDH Care Link Alarms
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
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 systems. Repair and maintenance services of audio equipment. Installation of telecommunications equipment. Installation services of electrical equipment. Devices for the elderly. Devices for the disabled. The Contract scope is required to cover the Service, Maintenance and Repair to Wakefield and District Housing’s Care Link Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units and Smoke Alarms.This Contract does not include for the Service and Maintenance of the Control Centre nor the provision of new Telecare Equipment for example Pendants and Master Units.
II.1.6)Common Procurement Vocabulary:
35121700 - Alarm systems.
50342000 - Repair and maintenance services of audio equipment.
45314000 - Installation of telecommunications equipment.
51110000 - Installation services of electrical equipment.
33196100 - Devices for the elderly.
33196200 - Devices for the disabled.
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:
The Contract scope is required to cover the Service, Maintenance and Repair to Wakefield and District Housing’s Care Link Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units and Smoke Alarms. This Contract does not include for the Service and Maintenance of the Control Centre nor the provision of new Telecare Equipment for example Pendants and Master Units. The Care Link Control Centre comprises of a PNC7 Vision System as manufactured by Tunstall Telecom Ltd and is based at Unit B, Flemming Court, Whistler Drive, Summit Park, Glasshoughton, Castleford, WF10 5HW . The Control Centre monitors approximately (these number will vary and are dependent on operational changes) 13,500 connections together with personal records on the system consisting of an envisaged 44 Independent Living Schemes, 274 Dispersed Schemes, Central / local receivers with Pendants, Smoke Alarms and a range of other Telecare sensors/alarms which are also monitored. The Contract will cover the Servicing, Maintenance and Repairs of all Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units , Smoke alarms, Power Supply Charger units and Batteries for a 36 month period which may be extended for a further two periods each of twelve months giving up to a potential 60 months in total. The Economic Operator must provide a complete service to cover the following requirements of this contract: •24 hours per day;•7 days a week •365 days a year including public and statutory holidays. •Upon receipt of a call received from the WDH Control Centre, The Economic Operator must carry out a service response, site visit and correct a repair within 4 hours of receiving the reported fault. Note: The Care Link Control Centre carry out an automated Telephone Line check to all Dispersed Schemes during the early hours (am) of each morning. Should this check highlight a fault on one of its schemes during this procedure, then the Economic Operator may be called out to investigate and correct the fault.The Economic Operator must note that WDH may change the Alarm infrastructure from a hard wired infrastructure to a Community Alarm infrastructure which may commence during the period of this contract. In order to undertake the full scope of this contract, the onomic Operator must hold current certification and accreditations in accordance with the requirements of the scope of this contract appropriate legislation and conformance with “Best Practice” expectations of this type of service and maintenance.
Estimated value excluding VAT:
Range between: 450,000 and 600,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The Contract will cover the Servicing, Maintenance and Repairs of all Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units , Smoke alarms, Power Supply Charger units and Batteries for a 36 month period with the envisaged commencement date of 01/04/15 and ending 31/03/18 with an option to extend for a further two periods each option being for twelve months with the envisaged extension commencement date of the first extension period (if used) being 01/04/18 until 31/03/2019 and the second extension period (if used) being 01/04/2019 until 31/03/2020 giving up to a potential 60 months in total.
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
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:
See Tender Process Documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Tender Process Documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Information as stated in the tender process documentation
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.
Plus information to be provided as part of the tender process documentation
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:
Plus information to be provided as part of the Pre Qualification Quenstionnaire
Minimum Level(s) of standards possibly required:
As per tender process documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(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;
(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;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(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:
Plus information to be provided as part of the Pre Qualification Quenstionnaire
Minimum Level(s) of standards possibly required:
As per tender process documentation
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: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
As stated in the Pre Qualification Questionnaire
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: WDH/UJ/CARELINKALARMS/XXX/0320
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: 27/10/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 03/11/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 08/12/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
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.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.Under this contract the Economic Operator will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by Wakefield and District Housing or its partners.Further details will be provided within the Pre Qualification Questionnaire and Tender Documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114058992
GO-2014925-PRO-6037578 TKR-2014925-PRO-6037577
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk
Body responsible for mediation procedures:
Royal Courts of Justice
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Crown Commercial Service
Rosebery Court, St. Andrew's Business Park, Norwich, NR7 0HS, United Kingdom
Tel. +44 3454102222
VI.5) Date Of Dispatch Of This Notice: 25/09/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Castleford: Alarm systems.
I.1)Name, Addresses and Contact Point(s):
Wakefield and District Housing
Merefield House, Whistler Drive, Castleford, WF10 5HX, United Kingdom
Tel. +44 1977788679, Email: procurement@wdh.co.uk, URL: www.wdh.co.uk
Contact: Corporate Procurement Team, Attn: Mark Whitehouse
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Service and Maintenance of WDH Care Link Alarms
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
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 systems. Repair and maintenance services of audio equipment. Installation of telecommunications equipment. Installation services of electrical equipment. Devices for the elderly. Devices for the disabled. The Contract scope is required to cover the Service, Maintenance and Repair to Wakefield and District Housing’s Care Link Independent Living Schemes, UAC Dispersed Schemes, Central / Local Receivers, Pendants, Master Units and Smoke Alarms.This Contract does not include for the Service and Maintenance of the Control Centre nor the provision of new Telecare Equipment for example Pendants and Master Units.
II.1.5)Common procurement vocabulary:
35121700 - Alarm systems.
50342000 - Repair and maintenance services of audio equipment.
45314000 - Installation of telecommunications equipment.
51110000 - Installation services of electrical equipment.
33196100 - Devices for the elderly.
33196200 - Devices for the disabled.
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)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 30
Quality - 70
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: WDH/UJ/CARELINKALARMS/XXX/0320
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: WDH/UJ/CARELINKALARMS/002/0320
Title: SERVICE AND MAINTENANCE OF WDH CARE LINK ALARMS
V.1)Date Of Contract Award: 27/02/2015
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Network Communication Systems Limited
Postal address: Network House, 8 Cooke Street, Bentley
Town: Doncaster
Postal code: DN5 0BH
Country: United Kingdom
Email: paul_bennett@nsgroup.co.uk
Telephone: +44 1302873333
Fax: +44 1302820333
Internet address: www.nsgroup.co.uk
V.4)Information On Value Of Contract
Total final value of the contract
Value: 550,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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.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.Under this contract the Economic Operator will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by Wakefield and District Housing or its partners.Further details will be provided within the Pre Qualification Questionnaire and Tender Documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136257605
GO-2015313-PRO-6438918 TKR-2015313-PRO-6438917
VI.3.1)Body responsible for appeal procedures:
Royal Courts of Justice
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk
Body responsible for mediation procedures:
Royal Courts of Justice
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Crown Commercial Service
Rosebery Court, St. Andrew's Business Park, Norwich, NR7 0HS, United Kingdom
Tel. +44 3454102222
VI.4)Date Of Dispatch Of This Notice: 13/03/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Advised in the original notice
Advised in the original notice, Advised in original notice, United Kingdom