Northern Housing Consortium Ltd : 24/7 call monitoring service

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 24/7 call monitoring service
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Information technology services. to provide a service and facilities: •Call handling software to meet Telecare Services Association (TSA) standards •Ability to identify individual personal and environmental sensor activation •One dedicated line for emergency calls •24/7, all year round call monitoring service •At least 3300 connections •Minimum of 2 x call handlers at any given time •Appropriate advice, reassurance, response to calls •Full disaster recovery system in place •Ability to respond to 100% of all activations within 180 seconds •Effective emergency out of hours repairs call handling (to include repair diagnostic for priority assessment)
Published: 12/10/2015 16:12
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-Scarborough: Information technology services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Yorkshire Coast Homes
      Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
      Email: louise.chase@consortiumprocurement.org.uk, URL: www.ych.org.uk
      Contact: Louise Chase, Attn: Louise Chase
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      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:
      Other: Housing Association

   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: 24/7 call monitoring service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKE2 - North Yorkshire         
      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:
      Information technology services. Information technology services. to provide a service and facilities:

•Call handling software to meet Telecare Services Association (TSA) standards
•Ability to identify individual personal and environmental sensor activation
•One dedicated line for emergency calls
•24/7, all year round call monitoring service
•At least 3300 connections
•Minimum of 2 x call handlers at any given time
•Appropriate advice, reassurance, response to calls
•Full disaster recovery system in place
•Ability to respond to 100% of all activations within 180 seconds
•Effective emergency out of hours repairs call handling (to include repair diagnostic for priority assessment)
         
      II.1.6)Common Procurement Vocabulary:
         72222300 - Information technology 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:
      to provide a service and facilities:

•Call handling software to meet Telecare Services Association (TSA) standards
•Ability to identify individual personal and environmental sensor activation
•One dedicated line for emergency calls
•24/7, all year round call monitoring service
•At least 3300 connections
•Minimum of 2 x call handlers at any given time
•Appropriate advice, reassurance, response to calls
•Full disaster recovery system in place
•Ability to respond to 100% of all activations within 180 seconds
•Effective emergency out of hours repairs call handling (to include repair diagnostic for priority assessment)      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 2
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      YCH Contract Terms and Conditions will apply
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Consortia bids will be reviewed on their merits but would be acceptable
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Satisfactory delivery of all / any KPI's and / or service standards as set out in the ITT /Tender      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Candidates are deemed to understand fully the process that Yorkshire Coast Homes is required to follow under the relevant European and UK legislation, particularly in relation to EU Procurement Directive 2014/24/EU and the Public Contracts Regulations 2015 that enforce this directive
Responses to this PQQ will be assessed as follows:

All PQQs will be assessed against the total available score of 60 points.

Evaluation criteria


Section A - Details of your organisation - for information purposes only.

Section B – Insurance Information – Pass / Fail

Section C – Grounds for rejection – Pass / Fail

Section D – Economic and Financial standing – Pass / Fail

Section E – Technical and professional - Scored
Q110 marks
Q210 marks
Q310 marks
Q4PASS / FAIL and up to -10 score
Q5PASS / FAIL
Q630 marks

Section F – Policies – Pass / Fail

Further information can be found within the documentation provided.      
      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:
         Yorkshire Coast Homes will seek to understand the financial stability of the organisation from the information provided and the member/organisation’s review will incorporate understanding of the organisation’s :

•Return on capital employed
•Gross and net profit margin
•Turnover of capital employed
•Stock turnover period
•Debtor collection period
•Creditor payment period
•Short and long term solvency
Where Yorkshire Coast Homes views, from the consolidated information that there are significant financial or operating risks or inconsistencies in the financial information provided this will likely constitute a fail. Parent company guarantees may be requested if appropriate.
      
      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;
         (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;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (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;
         (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:
         as outlined in the pre qualification questionnaire and / or the Invitation to Tender documents      
      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: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         a minimum of 5 bidders achieving the required Pass levels and highest scores will be invited from the PQQ to the ITT stage. YCH will award the contract to a single supplier.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Quality - 60
            Price - 40

      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: 24/7 Call Monitoring Service      
      IV.3.2)Previous publication(s) concerning the same contract: No

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/11/2015
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 04/12/2015      
      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 (SME). However any selection of tenderers will be based solely on the criteria as set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. The initial term will be 36 months but there will be two options to extend each of 12mths which are subject to satisfactory performance during the first 36 month period,
Consortium Procurement are facilitating the tender process on behalf of Yorkshire Coast Homes.

The PQQ access code is : E4Y85XRND4
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Scarborough:-Information-technology-services./E4Y85XRND4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E4Y85XRND4
GO-20151012-PRO-7183107 TKR-20151012-PRO-7183106
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Yorkshire Coast Homes
      Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
      Tel. +44 1723343073

      Body responsible for mediation procedures:
               Yorkshire Coast Homes
         Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
         Tel. +44 1723343073, URL: www.ych.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Yorkshire Coast Homes
      Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
      Tel. +44 1723343073, URL: www.ych.org.uk

   VI.5) Date Of Dispatch Of This Notice: 12/10/2015

ANNEX A

View any Notice Addenda

View Award Notice