Tender

Alarm Receiving Centre

  • Link Group

F02: Contract notice

Notice identifier: 2024/S 000-013951

Procurement identifier (OCID): ocds-h6vhtk-045640

Published 30 April 2024, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Link Group

2c New Mart Road

Edinburgh

EH14 1RL

Email

linkprocurement@linkgroup.org.uk

Telephone

+44 3303030124

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.linkhousing.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12842

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Alarm Receiving Centre

two.1.2) Main CPV code

  • 79711000 - Alarm-monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

Alarm Receiving Centre approx. 299 properties

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

Central Scotland

two.2.4) Description of the procurement

An Alarm Receiving Centre service to provide, monitor, manage and operate the service which must be available 24 hours per day, 365 days per year including any bank/public holidays.

two.2.5) Award criteria

Quality criterion - Name: Requirements / Weighting: 15

Quality criterion - Name: Service Level / Weighting: 15

Quality criterion - Name: Service Transfer & Exit Procedures / Weighting: 15

Quality criterion - Name: Cyber Security / Weighting: 15

Quality criterion - Name: Business Continuety / Weighting: 10

Quality criterion - Name: Value For Money / Weighting: 10

Quality criterion - Name: Best Practice Employer / Weighting: 10

Quality criterion - Name: Environmental Sustainability / Weighting: 10

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1+1

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

Telecare Services Association accreditation

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

Member of the Telecare Services Association or equivalent


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

31 May 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: 2 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 May 2024

Local time

12:00pm

Place

Edinburgh


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

Properties are located within North Lanarkshire, Glasgow, Falkirk, Edinburgh Council areas.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=763143.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:763143)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=763143

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sherriff Court & Justice of the Peace Court

27 Chamber Street

Edinburgh

EH1 1LB

Country

United Kingdom