Opportunity

Supply and Delivery of Technology Enabled Care Goods

  • Scotland Excel

F02: Contract notice

Notice reference: 2024/S 000-000252

Published 4 January 2024, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Contact

Graeme Maxwell

Email

socialcare@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Technology Enabled Care Goods

Reference number

0622

two.1.2) Main CPV code

  • 32000000 - Radio, television, communication, telecommunication and related equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contact notice is in relation to the renewal framework for Supply and Delivery of Technology Enabled Care Goods, on behalf of the 32 local authorities in Scotland. It is anticipated that the scope of Goods and Services covered under the framework will include, but not be limited to: Digital dispersed alarms, alarm triggers, health and care peripherals, smoke alarms, GPS devices with ancillary monitoring and phones and key storage compartments, and may include ancillary services as described, and works in connection with the installation of Goods.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Digital dispersed alarm units

Lot No

1

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 32000000 - Radio, television, communication, telecommunication and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to digital dispersed alarm units that communicate with the receiving center and connects with the relevant peripheral devices

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £8,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Alarm triggers

Lot No

2

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland

two.2.4) Description of the procurement

This lot includes, but is not limited to alarm trigger devices that connect to an alarm unit

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £5,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Peripherals and accessories

Lot No

3

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33196100 - Devices for the elderly
  • 35125100 - Sensors
  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to telecare peripheral devices and accessories. This will include sensors and movement detectors, alerting devices, flashing and sound beacons, radio transmitters, repeaters and extenders, safe sockets, batteries and pagers

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Health and care peripherals

Lot No

4

two.2.2) Additional CPV code(s)

  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 33190000 - Miscellaneous medical devices and products
  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to health and care peripherals, this will include occupancy sensors and control units, medication dispensers, epilepsy and enuresis sensors and monitors, pressure mats, door and window contacts, mattress bed pads. A compliment of low cost consumer market devices for use by citizens to facilitate the supported self-management of a range of conditions through home monitoring devices, to include but not limited to; Blood pressure monitor, Weight Scales, Pulse, Oximeter, Pedometer, Thermometer, Heart Rate monitor, and Activity Level Armband.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Environmental devices

Lot No

5

two.2.2) Additional CPV code(s)

  • 33196100 - Devices for the elderly
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33196200 - Devices for the disabled
  • 44482000 - Fire-protection devices
  • 38431200 - Smoke-detection apparatus

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to environmental device peripherals that connect to an alarm unit. This will include, flood, smoke, gas, heat and extreme

temperature detectors.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £3,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Warden call systems

Lot No

9

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to hard wired alarm units that communicate to ancillary peripherals and connect within a grouped housing scheme to a warden alarm receiving station.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Key storage compartments

Lot No

8

two.2.2) Additional CPV code(s)

  • 44522200 - Keys

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to wall mounted equipment/compartments to securely store keys

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

GPS devices with ancillary monitoring and telecare mobile phones

Lot No

6

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 32250000 - Mobile telephones

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to GPS tracking devices and mobile phones specifically designed to promote independent living, and the associated monitoring services that complement the use of the devices.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £1,250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lifestyle monitoring with ancillary monitoring service

Lot No

7

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85310000 - Social work services
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes, but is not limited to lifestyle/wellbeing monitoring devices to enable independent living primarily through use of movement, door and window sensors to ensure ongoing wellbeing of people living in their own accommodation. This will also include the option for the ancillary monitoring service that come with devices and equipment.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Scotland Excel has options to extend the duration of the Framework Agreement on two occasions. The Framework Agreement shall endure for an initial period of 24 months, and Scotland Excel may extend the duration for two further periods, each of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4B - INSURANCE REQUIREMENTS:

It is a requirement of the contracts to be procured under the proposed framework agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

EMPLOYERS LIABILITY INSURANCE = maintain a minimum indemnity limit of GBP 10 million in respect of each claim and without limit to the number of claims.

PUBLIC and PRODUCTS LIABILITY INSURANCE = maintain a minimum indemnity limit of GBP 10 million in respect of each claim (for Public Liability) and without limit to the number of claims (in the aggregate for Products Liability).

MOTOR VEHICLE INSURANCE = statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

Bidders should note that an increased level of insurance may be required by a Council at the time of appointing a Service

Provider(s)depending on its specific requirements.

2. SPD (Scotland) Question 4.B - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the bidder against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

Equifax's Protect is a fraud indicator / credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

List and brief description of selection criteria:

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards required:

SUBCONTRACTING: Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD(Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES The tenderer must have the following: The tenderer MUST HOLD a United Kingdom Accreditation Service (UKAS ) (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSENISO 14001 (or equivalent) or a valid Eco -Management and Audit Scheme (EMAS) (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S)management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section " “I.3 (Communication” of this Contract Notice)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Whether an electronic auction will be used is at the discretion of each Scotland Excel member Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-008256

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 February 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies ):

The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator: http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

Scottish National Health Service Authorities and Trusts

Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that whether electronic auction, electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.

Rebates apply to this framework.

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020.Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22568.For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see:https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As part of your response within the technical criteria, tenderers will be requested to confirm if they will offer community benefits for this framework

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22568. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As part of your response within the technical criteria, tenderers will be requested to confirm if they will offer community benefits for this

framework

(SC Ref:707847)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.