Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
richard.bridgen@scotland-excel.org.uk
Telephone
+44 4881095
Fax
+44 1416187423
Country
United Kingdom
NUTS code
UKM - Scotland
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
Digital Telecare Goods
Reference number
1620
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 agreement is for the establishment of a Dynamic Purchasing System composed of 2 lots
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
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
Goods for Monitoring and Detection for the persons environment
Lot No
2
two.2.2) Additional CPV code(s)
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This lot is for Digital Telecare Goods which may be used for monitoring the person’s environment and is titled “Goods for Monitoring and Detection for the person’s Environment”.
These Goods would be procured to assist with enabling a citizen to live in their home or sheltered accommodation usually after discharge from hospital, and includes the following items, namely:-
Smoke Detectors – commonly purchased. Wireless and wired smoke detectors with pendant transmitter board to link with alarm hub in the home.
Movement Detectors – PIR provision to assist with both inactivity and activity monitoring at home. Typically used in supported housing environments to ensure safety and wellbeing of customers.
Gas Sensors
Humidity (Heat Detector) – Identification of extreme heat as a result of fire.
Temperature – Identification of extremely high or low temperatures, proactive data for dehydration / fuel poverty etc.
Flood – Moisture detection, usually placed in baths or sinks to detector overflow.
Carbon dioxide Detectors –
Property exit sensors
Door entry systems
Carbon monoxide Detectors (?) – Detector of gas in an individual’s home.
Grouped alarms – Hardwired and wireless infrastructure to support grouped housing (such as sheltered, retirement housing etc) including management of communal technology, such as door entry systems and central fire alarms.
Dispersed alarms – Hub units for individual properties linked to an ARC via an analogue telephone line, GSM or fixed IP . Connectivity is possible with a range of peripherals where interoperability allows.
**In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 2, may be required to offer ancillary services such as installation and maintenance services . Enhanced warranties maybe required.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 15- 40
Price - Weighting: 85 - 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates: n/a
This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Goods for Monitoring and Detection for the Person
Lot No
1
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 32000000 - Radio, television, communication, telecommunication and related equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This lot is for Digital Telecare Goods which may be used for monitoring the Person, and is titled “Goods for Monitoring and Detection for the Person”.
These Goods would be procured for the purpose of assisting citizens to live in their home or sheltered accommodation, and includes the following items, namely:-
Pendant
Fall detectors
Bed Sensor
GPS - allows for a vulnerable person to be located quickly usually with a wearable device and monitored by a central alarm receiving centre or designated family member.
lifestyle monitoring – Digital tools and hardware, to support the assessment of need process and enable families to be integral to self-management and at home care.
Epilepsy – condition specific devices for this medical issue. Generally voice and movement monitoring for seizure activity.
Enuresis - condition specific devices for this medical issue. Monitoring of overnight continence, commonly within a supported accommodation environment – core/cluster. Can also be deployed for dispersed users.
Chair Occupancy sensor
Bogus Caller Button
Wearable devices
Predictive devices
medication prompts – commonly purchased notification to the individual or an alarm receiving centre that medication should now be taken, appropriate on assessed need basis for both Level 1 and Level 2 medication prompting (non-topical). Suitable for people with poor memory, cognitive decline or acquired neurological disorder
In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 1 may be required to offer ancillary services such as software, installation and training of users.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 15- 40
Price - Weighting: 85 - 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates: n/a
This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
List and brief description of selection criteria
1. INSURANCE REQUIREMENTS (ESPD (Scotland) Question 4B.5.1 and ESPD (Scotland) Question 4B.5.2):
ALL LOTS -
It is a requirement of admission and participation on the proposed dynamic purchasing system that candidates/suppliers hold the types and levels of insurance indicated below
Employer's (Compulsory) Liability: no less than 5 million GBP without limit to the number of claims
Product/Public Liability: no less than 10 million GBP in respect of each claim with no limit to the numbers (in the aggregate for Products liability)
in accordance with the provisions of the current Road Traffic Act 1988 vehicles used during the delivery of the service must have valid appropriate insurance. Statutory third-party motor vehicle liability to a minimum liability limit of 5 million GBP for property damage and unlimited for Third Party injury
Notwithstanding the minimum Insurance requirements to participate on the Dynamic Purchasing System as set down in this Condition, due to the nature of some of the goods purchased, the Council may decide to increase the minimum Insurance requirements for a specific procurement under the Dynamic Purchasing System and will indicate as such if applicable via their ITT documents when undertaking a specific procurement. In these circumstances the Economic Operator will be allowed the opportunity to arrange to increase its Insurance cover to the level stipulated by the Council and to reflect the increased cost (if any) in meeting the increased requirement.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the Candidate against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the Candidate 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 tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Dynamic Purchasing System.
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
List and brief description of selection criteria
1.RELEVANT EXAMPLES OF PREVIOUS SERVICES OR SUPPLIES (ESPD (Scotland) Question 4C.1.2):
Candidates will be required to provide a maximum of 3 previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice .
Has the Candidate, any consortium member or any sub-contractors defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdraw from the contract prematurely within the last three years, the Candidate should be able to demonstrate the circumstances surrounding the event.
2. SUBCONTRACTING (ESPD (Scotland) Question 4C.10):
Candidates 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 Dynamic Purchasing System.
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 ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4.
3. QUALITY ASSURANCE SCHEMES (ESPD (Scotland) Question 4D.1):
The Candidate MUST HOLD a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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.
4. ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The Candidate must have the following:
The Candidate MUST HOLD a UKAS (or equivalent)accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid 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).
5. HEALTH AND SAFETY PROCEDURES
The Candidate must have the following:
The Candidate MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (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.
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
The dynamic purchasing system might be used by additional purchasers
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: 2020/S 202-492032
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 September 2021
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: 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 procuring this Dynamic Purchasing System on behalf of the following contracting authorities (and successor bodies):
32 local authorities in Scotland: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx
Scotland Excel associate members: 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.
The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with
Scotland Excel.
Economic operators may be excluded from this procurement exercise if they are in any of the situations referred to in Regulation 58 of the
Public Contract (Scotland) Regulations 2015.
Subcontractors on whose capacity the Candidate does not rely: Scotland Excel will request the following information in the ESPD
(Scotland) document:
- Whether the Candidate intends to subcontract any share of the contract to a third party;
- List of the proposed subcontracts as far as it is known at that stage; and
- What proportion/percentage of the contract does the Candidate intend to subcontract.
Please note that these subcontractors on whose capacity the Candidate does not rely will be subject to the rules regarding Exclusion as set out immediately above
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 38505. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Councils and associate members of Scotland Excel may require community benefits to be provided in their tender documents
(SC Ref:651845)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Telephone
+44 314443300
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.