Nina Mistry2 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of a Disaster Recovery Call Centre Solution to Complement the Telecare Call Monitoring System for Leicester City Council’s LeicesterCare and Assistive Technology Service |
Notice type: | Contract Notice |
Authority: | Nina Mistry2 |
Nature of contract: | Services |
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 Disaster Recovery Call Centre Solution. The solution should provide cover in the event of failure of the system (the data) and the equipment used (the telephones and voice recorder) and the Council’s Call Centre. The solution should complement the Council’s Telecare Enabled Monitoring Centre. The complete solution will permit the Council to, during a crisis situation, divert LeicesterCare alarm calls to a remote service that will receive and handle alarm calls generated by vulnerable service users via telacare equipment installed in their homes. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their solution is able to handle a range of alarm protocols. Secondly, the supplier must ensure that calls are handled using either the same data as that held in the Council’s own call handling database. |
Published: | 31/01/2014 16:32 |
View Full Notice
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supply of a Disaster Recovery Call Centre Solution to Complement the Telecare Call Monitoring System for Leicester City Council’s LeicesterCare and Assistive Technology Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKF21 - Leicester
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:
Call centre. Disaster recovery services. Alarm-monitoring services. Telephone operator services. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for the supply of a Disaster Recovery Call Centre Solution. The solution should provide cover in the event of failure of the system (the data) and the equipment used (the telephones and voice recorder) and the Council’s Call Centre. The solution should complement the Council’s Telecare Enabled Monitoring Centre. The complete solution will permit the Council to, during a crisis situation, divert LeicesterCare alarm calls to a remote service that will receive and handle alarm calls generated by vulnerable service users via telacare equipment installed in their homes. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their solution is able to handle a range of alarm protocols. Secondly, the supplier must ensure that calls are handled using either the same data as that held in the Council’s own call handling database.
II.1.6)Common Procurement Vocabulary:
79512000 - Call centre.
72251000 - Disaster recovery services.
79711000 - Alarm-monitoring services.
79511000 - Telephone operator 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: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The contract is for 1 year with an option to extend for a further +1 year at the sole discretion of the Council.
Estimated value excluding VAT: 15,000
Currency: GBP
II.2.2)Options: Not Provided
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: 12 (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:
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
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: 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:-Call-centre./M3VMK75925
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M3VMK75925
GO-2014131-PRO-5429873 TKR-2014131-PRO-5429872
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
Section I: Contracting Authority
Title: UK-LEICESTER: Call centre.
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 a Disaster Recovery Call Centre Solution to Complement the Telecare Call Monitoring System for Leicester City Council’s LeicesterCare and Assistive Technology Service
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: UKF21 - Leicester
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):
Call centre. Disaster recovery services. Alarm-monitoring services. Telephone operator services. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for the supply of a Disaster Recovery Call Centre Solution. The solution should provide cover in the event of failure of the system (the data) and the equipment used (the telephones and voice recorder) and the Council’s Call Centre. The solution should complement the Council’s Telecare Enabled Monitoring Centre. The complete solution will permit the Council to, during a crisis situation, divert LeicesterCare alarm calls to a remote service that will receive and handle alarm calls generated by vulnerable service users via telacare equipment installed in their homes. There are two key requirements which underpin this. Firstly, the supplier must demonstrate that their solution is able to handle a range of alarm protocols. Secondly, the supplier must ensure that calls are handled using either the same data as that held in the Council’s own call handling database.
II.1.5)Common procurement vocabulary:
79512000 - Call centre.
72251000 - Disaster recovery services.
79711000 - Alarm-monitoring services.
79511000 - Telephone operator 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: 20,000
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 - 39698 of 05/02/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 0241/NM/ASC
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: 20,000
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=144950351
GO-2015526-PRO-6629538 TKR-2015526-PRO-6629537
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