Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Alarm Monitoring Service |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The scope of the proposed Contract is the provision of personal Alarm Monitoring Services, including: •Monitoring and responding to hard wired/dispersed community alarms •Monitoring and responding to fire alarms •Monitoring and responding to lift alarms |
Published: | 10/11/2017 10:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
New Charter Housing Trust Limited
Cavendish 249, Cavendish Street, Ashton -under-Lyne, OL6 7AT, United Kingdom
Email: nathan@clarityprocurement.co.uk
Main Address: http://www.newcharter.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Ashton--under-Lyne:-Alarm-monitoring-services./VNG6F59K78
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Alarm Monitoring Service
Reference Number: NCP00001
II.1.2) Main CPV Code:
79711000 - Alarm-monitoring services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of the proposed Contract is the provision of personal Alarm Monitoring Services, including:
•Monitoring and responding to hard wired/dispersed community alarms
•Monitoring and responding to fire alarms
•Monitoring and responding to lift alarms
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The scope of the proposed Contract is the provision of personal Alarm Monitoring Services, including:
•Monitoring and responding to hard wired/dispersed community alarms
•Monitoring and responding to fire alarms
•Monitoring and responding to lift alarms
The Services are provided at the following locations:
•Tameside (592 dwellings)
•Stockport (34 dwellings)
•Nottingham (885 dwellings and 880 Lifeline Customers)
In addition, there is an option to vary the scope of the proposed Contract by the inclusion of the Alarm Monitoring requirements of the Adactus Housing Group Limited (‘Adactus’). This option shall be subject to the conclusion of the proposed merger between the Company and Adactus. This option shall also be at New Charter’s sole discretion and is not guaranteed to take place.
The Adactus Alarm Monitoring Service is provided to 1,308 dwellings.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Subject to extension, 7 years from contract award.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The top 5 scoring Applicants from the SQ stage will be invited to participate in the ITT stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is envisaged that the Contract with the successful Bidder shall last for an initial period of five (5) years, with an option to extend at New Charter’s sole discretion for a further period of up to two (2) years, giving a total potential term of up to seven (7) years.
In addition, there is an option to vary the scope of the proposed Contract by the inclusion of the Alarm Monitoring requirements of the Adactus Housing Group Limited (‘Adactus’). This option shall be subject to the conclusion of the proposed merger between the Company and Adactus. This option shall also be at New Charter’s sole discretion and is not guaranteed to take place.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/12/2017 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to extension, 7 years from contract award date.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: This tender opportunity is being managed on behalf of New Charter Housing Trust by Clarity Procurement Solutions Limited.
Potential Applicants wishing participate in this tender opportunity are instructed to:
Download and read the Invitation to Tender Document to familiarise yourselves with New Charter Housing Trust's requirements;
Download and read the Selection Questionnaire Instructions Document;
Download and complete the Selection Questionnaire Document;
Submit a completed Selection Questionnaire Document in accordance with the SQ Instructions, noting the deadline submission of 10:00 hours on 11.12.2017.
Potential Applicants must not complete or submit the Invitation to Tender Document at this stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ashton--under-Lyne:-Alarm-monitoring-services./VNG6F59K78
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VNG6F59K78
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill periodstarting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (asamended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harmby a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be broughtwithin the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 10/11/2017
Annex A