Opportunity

TD1480 - Dynamic Purchasing System for the Supply and Disposal of Technology Enabled Care Products and Associated Services

  • Derby City Council

F02: Contract notice

Notice reference: 2022/S 000-005240

Published 25 February 2022, 9:51am



Section one: Contracting authority

one.1) Name and addresses

Derby City Council

Corporation Street

Derby

DE12FS

Email

procurement@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

NUTS code

UKF11 - Derby

Internet address(es)

Main address

http://www.derby.gov.uk/

one.3) Communication

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

https://www.eastmidstenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TD1480 - Dynamic Purchasing System for the Supply and Disposal of Technology Enabled Care Products and Associated Services

Reference number

TD1480

two.1.2) Main CPV code

  • 32500000 - Telecommunications equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Applications are invited for inclusion on a Dynamic Purchasing System (DPS) for the Supply and Disposal of Technology Enabled Care Products and Associated Services.

Telecare Call-Monitoring Services do not fall within the scope of this DPS.

Please see tender documents for further information.

The initial term of the DPS will be for two years with an option to extend the DPS by a further two years in annual increments.

The value of the DPS is indicative only and there is not guarantee of spend with any DPS Supplier but the maximum value of the DPS is a maximum of £978,000.

Applicants must meet the minimum required qualifying criteria for entry onto the DPS and maintain the requisite

criteria throughout the DPS Agreement Term.

The deadline for returns for Round One is 10am on 28 March 2022. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a comprehensive response.

Applications to be on the DPS after this date may then be made during the lifetime of the DPS.

It is anticpated that Mini-Tenders will start from 21/04/22, if required.

Please visit the Council's e-tendering system https://www.eastmidstenders.org/ where you can express interest and obtain the documents. Please note we will only accept expressions of interest through the e-tendering system. Please search for TD1480.

two.1.5) Estimated total value

Value excluding VAT: £978,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby
Main site or place of performance

Derby City

two.2.4) Description of the procurement

DPS for the supply of and disposal of Technology Enabled Care Products and Associated services (training and helpdesk).

The supply of Products will provide community benefits, by promoting and maintaining the independence and well-being of the Users in Derby, who require such support. This will support Users to live at home by developing preventative, re-enabling, assistive services.

The types of Products required on this DPS, include but is not limited to:

• Alarm units - analogue and digital compliant

• Pendants

• Bed sensors - analogue and digital compliant

• Chair sensors - analogue and digital compliant

• Epilepsy sensors - analogue and digital compliant

• Falls detector/sensors - analogue and digital compliant

• Temperature sensors - analogue and digital compliant

• Flood detectors - analogue and digital compliant

• Smoke detectors - analogue and digital compliant

• Gas detectors

• Carbon Monoxide detectors - analogue and digital compliant

• Door sensors

• Medication dispensers

• Batteries

Products supplied under this DPS must conform to BS8521:2009 Specification for dual-tone multi-frequency (DTMF) signalling protocol for social alarm systems and/or its successor, as well as BS7369, TT92 and digital protocol SCAIP (Social Care Alarm Internet Protocol)

Any Products that are powered by batteries or have back-up batteries are required to be supplied with these batteries to enable the User to use the item straight away.

All Products supplied under this DPS must be compatible with the Jontek Answerlink call-handling platform. It is the Supplier's responsibility to ensure all equipment supplied to the Council under this DPS is compatible with the Jontek Answerlink call-handling system.

There may also be other occasions where the Council requires the Products to be compatible with existing equipment within a User's home. The requirements will be detailed in any Mini-Tender Documents.

Suppliers are required to provide free training sessions and documented operating manuals to Council staff on how the Products are to be installed and operate at the Council's request. The training should include demonstrations of how each type of Product works and how it is programmed prior to being issued. Training should also be available on request to all new Council staff and where there have been upgrades to Products, again at no additional cost to the Council.

Training will be held, in person, at 184 Kedleston Road, Derby, DE22 1GT (or at any other location as directed by the Council) or via Microsoft Teams within 14 days from request.

The Council must be able to contact the Supplier regarding placement of Orders any query or to obtain technical advice, between the hours of 9.00 am and 5.00 pm on any Business Day, at no additional cost to the Council.

Out of hours technical support must be provided via a telephone call on a 24-hours, 7 days a week basis. This is for immediate support of Product issues and to support response technicians who may be on site requiring urgent technical support. This is to be provided at no additional cost to the Council.

The Council typically deploys its own staff to remove and dispose of these Products. There may be some instances however where the Council experiences an increase in demand for disposal of these Products. Where there is an increase in demand for this service, then the Council may use this DPS to conduct Mini-Tenders for this collection and disposal service. The Council's particular requirements and specific quantities will be stated further within the Tender documents.

Any disposal requirement will be the collection of used products from a site specified by the Council. Suppliers are not required to remove equipment from User's homes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £978,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months. DPS term will be a maximum 48 months in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 24 months. DPS term will be a maximum 48 months in total.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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

Date

21 February 2024

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 February 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 01/03/2024

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Derby City Council

The Council House, Corporation Street,

Derby

DE1 2FS

Country

United Kingdom