Section one: Contracting authority
one.1) Name and addresses
Central Bedfordshire Council
Priory House
Chicksands
SG17 5TQ
Contact
+44 3003005997
procurement@centralbedfordshire.gov.uk
Telephone
+44 3003008000
Country
United Kingdom
NUTS code
UKH25 - Central Bedfordshire
Internet address(es)
Main address
http://in-tendhost.co.uk/centralbedfordshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://in-tendhost.co.uk/centralbedfordshire
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://in-tendhost.co.uk/centralbedfordshire
Tenders or requests to participate must be submitted to the above-mentioned address
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
CBC-1223-T-CE Community Alarm Monitoring Response Call Handling (LOT 1) Provision of Community Alarm Equipment Assistive Technology (LOT 2)
Reference number
CBC-1223-T-CE
two.1.2) Main CPV code
- 79711000 - Alarm-monitoring services
two.1.3) Type of contract
Services
two.1.4) Short description
Central Bedfordshire Council is a social landlord, and a provider of services to support vulnerable people to live independently in their own homes.The services that we wish to procure are divided into two lots. Prospective providers are invited to tender for one or both lots. Lot 1 - Community Alarm Monitoring and Response, and Call HandlingLot 2 -The provision of community alarm equipment and other assistive technology
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
Community Alarm Monitoring and Response and Call Handling
Lot No
LOT 1
two.2.2) Additional CPV code(s)
- 79512000 - Call centre
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKH25 - Central Bedfordshire
two.2.4) Description of the procurement
Lot One is for community alarm monitoring and response in respect of c 1600 alarm connections; and for handling of out-of-hours calls across other council services including housing repairs, homelessness, transitional accommodation, environmental health, public building maintenance and building control.Additionally, we may use this contract to procure pro-active wellbeing and tele-health checking services, dependent upon cost, demand and other factors. We would like to enable our customers to access a wider range of pro-active services, as we develop and improve our Independent Living services.Finally, we may use this contract to make provision for supply and monitoring of lone-worker devices, depending upon cost and other factors.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2024 - anticipated that this contract will start 1st September 2021 and be for a term of 3 years (plus the option to extend by up to 1 further year)
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
The Provision of Community Alarm Equipment and Other Assistive Technology
Lot No
LOT 2
two.2.2) Additional CPV code(s)
- 35121700 - Alarm systems
- 33196100 - Devices for the elderly
two.2.3) Place of performance
NUTS codes
- UKH25 - Central Bedfordshire
two.2.4) Description of the procurement
Lot Two is for the provision of community alarm equipment and other assistive technology.In addition to the provision of dispersed alarm units, we wish to enable our customers to access a wider range of assistive technology equipment, in respect of both telecare and telehealth. Innovative, bespoke solutions should be offered to suit a range of circumstances and preferences within this contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2024 It is anticipated that this contract will start 1st September 2021 and be for a term of 3 years (plus the option to extend by up to 1 further year)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
appropriate industry accreditation for the provision of telecare services, for example TSA accreditation
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
12 July 2021
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2024
six.4) Procedures for review
six.4.1) Review body
Central Bedfordshire Council
Priory House Monks Walk
Chicksands Shefford Bedfordshire
SG17 5TQ
procurement@centralbedfordshire.gov.uk
Telephone
+44 3003005997
Country
United Kingdom