Forestry Commission: Lone Worker Safety System

  Forestry Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Lone Worker Safety System
Notice type: Contract Notice
Authority: Forestry Commission
Nature of contract: Services
Procedure: Open
Short Description: The Forestry Commission (FC) intend to award a contract for supply and operation of a lone worker safety system to FC staff working across all of Great Britain; including sites across the National Forest Estate in Scotland, sites across the Public Forest Estate in England and Forest Research locations in Wales. The FC requires a Lone Worker Safety System (LWSS) that is fully compliant with the requirements of BS 8484:2011. With over 1,200 field based staff currently utilising the system, the FC has a requirement to provide a simple, easy to use LWSS that encourages staff participation in the welfare of both the individual and their colleagues. The supplier will provide a LWSS that makes use of a mobile phone in conjunction with a common bureau management support system (BMSS) at an Alarm Receiving Centre (ARC) and SEND tracking and messaging. The FC already has an investment in mobile-based technologies including standard handsets and Blackberry devices and it is anticipated that the Lone Worker Safety System will embrace the existing mobile phone architecture. The proposed system shall be scalable, flexible and adaptable to the ever-changing operational requirements of the FC, including changes in potential new technologies.
Published: 08/10/2015 12:59

View Full Notice

UK-Edinburgh: Electronic message and information services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Forestry Commission
      Silvan House, 231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom
      Email: procurement.services@forestry.gsi.gov.uk

      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:
      Other: Forestry

   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: Lone Worker Safety System
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 5

         Region Codes: UK - UNITED KINGDOM         
      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:
      Electronic message and information services. Mobile-telephone services. Health and safety services. The Forestry Commission (FC) intend to award a contract for supply and operation of a lone worker safety system to FC staff working across all of Great Britain; including sites across the National Forest Estate in Scotland, sites across the Public Forest Estate in England and Forest Research locations in Wales.

The FC requires a Lone Worker Safety System (LWSS) that is fully compliant with the requirements of BS 8484:2011. With over 1,200 field based staff currently utilising the system, the FC has a requirement to provide a simple, easy to use LWSS that encourages staff participation in the welfare of both the individual and their colleagues.

The supplier will provide a LWSS that makes use of a mobile phone in conjunction with a common bureau management support system (BMSS) at an Alarm Receiving Centre (ARC) and SEND tracking and messaging.

The FC already has an investment in mobile-based technologies including standard handsets and Blackberry devices and it is anticipated that the Lone Worker Safety System will embrace the existing mobile phone architecture. The proposed system shall be scalable, flexible and adaptable to the ever-changing operational requirements of the FC, including changes in potential new technologies.
         
      II.1.6)Common Procurement Vocabulary:
         64216000 - Electronic message and information services.
         
         64212000 - Mobile-telephone services.
         
         71317200 - Health and safety 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:
      The Forestry Commission (FC) intend to award a contract for supply and operation of a lone worker safety system to FC staff working across all of Great Britain; including sites across the National Forest Estate in Scotland, sites across the Public Forest Estate in England and Forest Research locations in Wales.

The FC requires a Lone Worker Safety System (LWSS) that is fully compliant with the requirements of BS 8484:2011. With over 1,200 field based staff currently utilising the system, the FC has a requirement to provide a simple, easy to use LWSS that encourages staff participation in the welfare of both the individual and their colleagues.

The supplier will provide a LWSS that makes use of a mobile phone in conjunction with a common bureau management support system (BMSS) at an Alarm Receiving Centre (ARC) and SEND tracking and messaging.

The FC already has an investment in mobile-based technologies including standard handsets and Blackberry devices and it is anticipated that the Lone Worker Safety System will embrace the existing mobile phone architecture. The proposed system shall be scalable, flexible and adaptable to the ever-changing operational requirements of the FC, including changes in potential new technologies.

The contract may be extended for up to one year at the end of year 2 and again at the end of year 3 (viz. 2 + 1 + 1 duration). The decision on whether to use the extension options available will be at the Forestry Commission's discretion and will be based on the following factors: Forestry Commission requirements and supplier performance.         
         Estimated value excluding VAT: 320,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract may be extended for up to one year at the end of year 2 and again at the end of year 3 (viz. 2 + 1 + 1 duration). The decision on whether to use the extension options available will be at the Forestry Commission's discretion and will be based on the following factors: Forestry Commission requirements and supplier performance.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 16/12/2015
         Completion: 15/12/2017

   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:
      None applicable.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      None applicable.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      None specified
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Please see the conditions relating to data protection and KPIs in Annexes A and B, respectively, of the invitation to tender document along with the Forestry Commission terms & conditions of contract for services (non-operational) available at http://www.forestry.gov.uk/forestry/infd-8xtkx5      
   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.

      Suppliers must be certified to ISO27001 or equivalent.
Suppliers must hold BS8484:2011 certification.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      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;
         (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;
         (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:
         Please see the invitation to tender document for details.         
         Minimum Level(s) of standards possibly required:
         Please see the invitation to tender document for details.      
      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: CP2015/05      
      IV.3.2)Previous publication(s) concerning the same contract: No

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


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/11/2015
         Time: 13:00      
      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 days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 09/11/2015
         Time: 13:00
         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: Approximately 2-4 years from October 2015, depending on contract options being exercised
   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.

Suppliers must register an interest in the opportunity by 1300hours on the 2nd of November 2015 to be eligible to submit a tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Electronic-message-and-information-services./2X3W35Q342

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2X3W35Q342
GO-2015108-PRO-7167878 TKR-2015108-PRO-7167877
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Head of Procurement, Forestry Commission
      231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom
      Tel. +44 3000675000, URL: www.forestry.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:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 08/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Edinburgh: Electronic message and information services.

Section I: Contracting Authority
   Title: UK-Edinburgh: Electronic message and information services.
   I.1)Name, Addresses and Contact Point(s):
      Forestry Commission
      Silvan House, 231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom
      Email: procurement.services@forestry.gsi.gov.uk

   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: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lone Worker Safety System      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 5
         
         Region Codes: UK - UNITED KINGDOM         
      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):
         Electronic message and information services. Mobile-telephone services. Health and safety services. The Forestry Commission (FC) intend to award a contract for supply and operation of a lone worker safety system to FC staff working across all of Great Britain; including sites across the National Forest Estate in Scotland, sites across the Public Forest Estate in England and Forest Research locations in Wales.

The FC requires a Lone Worker Safety System (LWSS) that is fully compliant with the requirements of BS 8484:2011. With over 1,200 field based staff currently utilising the system, the FC has a requirement to provide a simple, easy to use LWSS that encourages staff participation in the welfare of both the individual and their colleagues.

The supplier will provide a LWSS that makes use of a mobile phone in conjunction with a common bureau management support system (BMSS) at an Alarm Receiving Centre (ARC) and SEND tracking and messaging.

The FC already has an investment in mobile-based technologies including standard handsets and Blackberry devices and it is anticipated that the Lone Worker Safety System will embrace the existing mobile phone architecture. The proposed system shall be scalable, flexible and adaptable to the ever-changing operational requirements of the FC, including changes in potential new technologies.
      II.1.5)Common procurement vocabulary:
         64216000 - Electronic message and information services.
         64212000 - Mobile-telephone services.
         71317200 - Health and safety 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: 320,000
         Currency: GBP
         Excluding VAT: Yes

      
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
         
         Common Requirements - 15
         Telephone & Mobile Phone Based Functionality - 15
         SEND Functionality - 25
         Service Quality Management - 10
         Training Requirements - 5
         Pricing - 30
         
      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: CP2015/05         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Notice on a buyer profile
         Notice number in OJ: 2015/S 198 - 359626 of 13/10/2015         
         
         
         
         

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

      V.1)Date Of Contract Award: 30/11/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Rocksure Systems Ltd
         Postal address: Momentum House, Carrera Court, Church Lane, Dinnington
         Town: Sheffield
         Postal code: S25 2RG
         Country: United Kingdom
         Email: procurement.services@forestry.gsi.gov.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 320,000
            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.

Suppliers must register an interest in the opportunity by 1300hours on the 2nd of November 2015 to be eligible to submit a tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=188256613
GO-201625-PRO-7716711 TKR-201625-PRO-7716710   
   VI.3.1)Body responsible for appeal procedures:
      Head of Procurement, Forestry Commission
      231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom
      Tel. +44 3000675000, URL: www.forestry.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:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 05/02/2016