Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
PO Box 1720
HUDDERSFIELD
HD169EL
Contact
Charles Crossland
charles.crossland@kirklees.gov.uk
Telephone
+44 01484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Acoustic Monitoring AT for two (2) Residential Homes
Reference number
KMCIT-198
two.1.2) Main CPV code
- 33195000 - Patient-monitoring system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Kirklees Council wishes to procure a new acoustic monitoring solution for its 2 dementia residential care homes supporting its investment in existing assets whilst maximising the opportunity to use developing digital technologies to keep vulnerable people safe.
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30237475 - Electric sensors
- 32342400 - Acoustic devices
- 35125100 - Sensors
- 44316400 - Hardware
- 48000000 - Software package and information systems
- 72222300 - Information technology services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Acoustic Monitoring AT for Residential Homes (the "Goods").
The contract duration will be an initial operational period of 3 years plus the implementation period (estimated at 6 months). There are options to extend for two further twenty four month operational periods resulting in a maximum contract duration of 7 years plus implementation.
The anticipated commencement date for the Contract(s) is 1 October 2023. The anticipated expiry date for the initial Contract(s) is 31 March 2027
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
90
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Contract(s) is 1 October 2023 for a period of 3 years plus the implementation period (estimated at 6 months). The Council may extend the Contract for two periods of 24 months, meaning the final possible expiry date is 31 March 2031.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This exercise is an Open Procedure in accordance with the requirements under Reg. 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Goods as described in the contracting authorities Specification & Appendices thereto. This Specification is part of the Tender Documents that are published in relation to this Notice and can be found at https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at:
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
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
3 July 2023
Local time
1:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 July 2023
Local time
1:01pm
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
Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based on 60% Quality, 10% Social Value and 30% Price.
Further specifics on the above award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com/login.asp?B=YORTENDER
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
n/a
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective