Tender

The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform

  • Caerphilly CBC

F02: Contract notice

Notice identifier: 2022/S 000-011678

Procurement identifier (OCID): ocds-h6vhtk-03343b

Published 5 May 2022, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

Caerphilly CBC

Penallta House

Hengoed

CF82 7RG

Contact

Helen Sellwood

Email

sellwhl@caerphilly.gov.uk

Telephone

+44 1443863282

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

www.caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.3) Communication

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

https://supplierlive.proactisp2p.com/account/login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/account/login

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

https://supplierlive.proactisp2p.com/account/login

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

The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform

Reference number

CCBC/PS2131/22/HS

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\Telecare Services including any applicable licenses, on-going support and maintenance for Caerphilly County Borough Council

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 64200000 - Telecommunications services
  • 64210000 - Telephone and data transmission services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 64227000 - Integrated telecommunications services
  • 79711000 - Alarm-monitoring services
  • 48000000 - Software package and information systems
  • 48600000 - Database and operating software package
  • 32580000 - Data equipment
  • 32570000 - Communications equipment
  • 32510000 - Wireless telecommunications system
  • 85323000 - Community health services
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Within the Boundaries of Caerphilly Council Borough Council

two.2.4) Description of the procurement

Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\Telecare Services including any applicable licenses, on-going support and maintenance. This system shall replace an existing system. The Council will not be able to purchase or move to a solution without having a DR back up in place in case of failure or evacuation in the primary ARC location or connectivity to the solution from remote ARC locations

The system shall be a new bespoke Digital Alarm Platform to be utilised by the Careline/Telecare Services. The Solution needs to be a robust and reliable platform (managed hosting / SaaS). Full details on the tender specification please access the tender documentation (ITT) which can be found on the e-tendering system Proactis plaza as per the link in this notice.

The procurement process for this arrangement shall follow a three-stage, Open Procedure as follows:-

First Stage – Selection Stage

Second Stage – Tender Response

Third Stage - Technical / Demonstration

Bidders shall be required to pass each stage to proceed to the next stage of the tender process. Full details are contained and outlined in the tender documentations (ITT)

The Evaluation of the tender process shall be evaluated based on the Most Economically Advantageous Tender in terms of the following award criteria

Price 10%

Quality 90%

Social Value is 10% of the Quality Sub-Criteria and must be completed via the Social Value Portal. The full Sub-Criteria is outline below. Full details are contained in the tender documentation via the portal.

Bidders will be expected to attend the Technical Workshop / System Demonstration on the date and time allocated by the Council.

two.2.5) Award criteria

Quality criterion - Name: Quality Tender Response / Weighting: 30

Quality criterion - Name: Quality - Technical Workshop / Weighting: 20

Quality criterion - Name: Quality System Deomonstration / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Cost / Weighting: 10

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The contract shall be for a period of five (5) years with the option to extend for up to a further period of five (5) years, extended on an annual basis total 120 months. Please note that the Council may not choose to take up any of the extension options.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional purchases and licenses relating to the the system maybe required as part of the contract and the council reserves the right to purchase these as part of the contract if required

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

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

As detailed in the ITT Document


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

7 June 2022

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

Tender must be valid until: 7 December 2022

four.2.7) Conditions for opening of tenders

Date

7 June 2022

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

As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Portal e-tendering system.

Therefore, companies are invited to follow the directions below to register on the system:

1. Log in to the Proactis Portal E-tendering system at https://www.proactisplaza.com

2. Click the "Sign Up" button.

3. Enter your details such as Organisation Name, Details and Primary Contact Details.

4. Please make a note of the Organisation ID and Login Name, then click Register.

5. You may then receive an email from the system asking you to Click here to activate your account. This takes you to Enter Organisation Details. Or you may be redirected straight to your account home page, depending on your browser.

6. Please enter the information requested, click Next and follow the instructions ensuring that you enter all applicable details.

7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes)that appear in the tender notice.

8. Accept the Terms and Conditions and then click Next. This takes you in to the Welcome window.

9. In the Welcome window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.

10. Now click Done and you will enter the Supplier Home page.

11. From the Home Page, go to the “Opportunities” area, where you can search for this Opportunity. Click on the "Show Me Arrow" of the relevant opportunity and then click to register your interest on the relevant button.

12. Click the Opportunities Icon on the left of the page so that the page is refreshed, then, click on the "Show Me Arrow" of the relevant contract again and this will take you into the create a response section of the portal.

13. Note the closing date for completion of the relevant project. Please review the tabs at the top of the page as there will be information relating to the project held here.

14. You can now either continue to fill out this area and create a response or if the project is not of interest to you Decline this opportunity by clicking the "Decline" button at the top of the page.

Tenderers shall express an interest in tendering for this arrangement by registering their interest on the Proactis Portal System as stated above and then completing the online e-tender submission. If you have any issues with your account please use the 'Raise a Ticket' function on the Proactis Portal. Instructions on how to utilise this function can be found in the attachments.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=121010.

(WA Ref:121010)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom