Nina Mistry2: Supply of Telecare Dispersed Alarm Units and Associated Telecare Peripherals (Framework Agreement)

  Nina Mistry2 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Telecare Dispersed Alarm Units and Associated Telecare Peripherals (Framework Agreement)
Notice type: Contract Notice
Authority: Nina Mistry2
Nature of contract: Supplies
Procedure: Open
Short Description: Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for the supply of a telecare enable dispersed alarms and associated telecare peripherals that complement the Councils telecare enabled monitoring centre. The complete solution will permit the Council to provide telecare assistive technology to service users based upon, and responding to, the specific needs of those service users. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their telecare solutions are able to raise calls via either BS8521/TT21 or TT92 alarm protocols with full location and sensor type definition as a minimum requirement. Secondly, the selection of appropriate telecare devices made by the council to meet the specific needs of a service user will be based upon a number of factors, and not just cost alone.
Published: 31/01/2014 16:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-LEICESTER: Emergency and security equipment.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164541274

      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: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Supply of Telecare Dispersed Alarm Units and Associated Telecare Peripherals (Framework Agreement)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Lease

         Region Codes: UKF21 - Leicester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 3
         Duration of the framework agreement:
            Duration in year(s): 1             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 112,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Emergency and security equipment. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for the supply of a telecare enable dispersed alarms and associated telecare peripherals that complement the Councils telecare enabled monitoring centre. The complete solution will permit the Council to provide telecare assistive technology to service users based upon, and responding to, the specific needs of those service users. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their telecare solutions are able to raise calls via either BS8521/TT21 or TT92 alarm protocols with full location and sensor type definition as a minimum requirement. Secondly, the selection of appropriate telecare devices made by the council to meet the specific needs of a service user will be based upon a number of factors, and not just cost alone.
         
      II.1.6)Common Procurement Vocabulary:
         35100000 - Emergency and security equipment.
         

      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 framework agreement is for 1 year with an option to extend for a further +1 year at the sole discretion of the Council.      
      
      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      
      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:
      The provision of appropriate guarantees, bonds and warranties is reserved.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   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.
      
      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.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         AS PER THE TENDER DOCUMENTATION.      
      III.2.4)Information about reserved contracts: Not Provided
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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      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: 12/03/2014
         Time: 10:00      
      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 Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-LEICESTER:-Emergency-and-security-equipment./7TA939NV8N

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7TA939NV8N
GO-2014131-PRO-5429875 TKR-2014131-PRO-5429874
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      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: 31/01/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-LEICESTER: Emergency and security equipment.

Section I: Contracting Authority
   Title: UK-LEICESTER: Emergency and security equipment.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      Bosworth House, 9 Princess Road West, LEICESTER, LE1 6TH, United Kingdom
      Tel. +44 1164541274
      Attn: Nina Mistry

   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: Supply of Telecare Dispersed Alarm Units and Associated Telecare Peripherals (Framework Agreement)      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKF21 - Leicester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Emergency and security equipment. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for the supply of a telecare enable dispersed alarms and associated telecare peripherals that complement the Councils telecare enabled monitoring centre. The complete solution will permit the Council to provide telecare assistive technology to service users based upon, and responding to, the specific needs of those service users. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their telecare solutions are able to raise calls via either BS8521/TT21 or TT92 alarm protocols with full location and sensor type definition as a minimum requirement. Secondly, the selection of appropriate telecare devices made by the council to meet the specific needs of a service user will be based upon a number of factors, and not just cost alone.
      II.1.5)Common procurement vocabulary:
         35100000 - Emergency and security equipment.
      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: 250,000
         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
         
         Quality - 75
         Price - 25
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 25 - 39128 of 05/02/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 0242/NM/ASC
      Lot Number: 1
      Title: Telecare Dispersed Alarm Units and Associated Telecare Peripherals

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Tunstall Healthcare (UK) Ltd
         Postal address: Whitley Lodge
         Town: Yorkshire
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 250,000
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Telecare Dispersed Alarm Units and Associated Telecare Peripherals

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Cirrus Communications Systems Limited
         Postal address: Queensway House
         Town: Hampshire
         Postal code: BH25 5NR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 250,000
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Telecare Dispersed Alarm Units and Associated Telecare Peripherals

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Legrand Electric Limited
         Postal address: Cowley Road
         Town: Northumberland
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 250,000
            Currency: GBP

      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: Not Provided    
   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=144957437
GO-2015526-PRO-6629638 TKR-2015526-PRO-6629637   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   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: 26/05/2015