Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
nora.nemeth@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
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/
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://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
East Renfrewshire Council Telecare Alarm Receiving & Call- Handing System – Supply, Implementation, Support and Licensing/ Maintenance from Analogue to Digital Operation
Reference number
CE 19 20 003
two.1.2) Main CPV code
- 79512000 - Call centre
two.1.3) Type of contract
Services
two.1.4) Short description
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision and installation of an Alarm Receiving Centre.
East Renfrewshire Council provides a 24/7/365 call handling services to c.3000 citizens within the Authority Area, handling a total of c.24000 incoming alarm calls and outbound calls per month. This is delivered through SLAs with East Renfrewshire HSCP for individuals (c.2537 clients), and for our Housing Services (323 scheme clients), and with a third party Housing Association (48 scheme clients) to deliver to telecare to citizens within group housing schemes. The telecare service is part of the drive to deliver social care in innovative ways within the community to meet the needs of the ageing population.
two.1.5) Estimated total value
Value excluding VAT: £320,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Open tender
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2x12months
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
The proposed ARC solution the bidder is proposing must be on the Scottish Government Digital Office’s Assessed Supplier’s Security List published in the Digital Telecare Playbook by date of contract https://telecare.digitaloffice.scot/
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of 90,000 GBP for the last 2 years in the business area covered by the contract.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: 2m GBP
Employer's (Compulsory) Liability: 5m GBP
Public Liability: 5m GBP
Minimum level(s) of standards possibly required
Period covered: 2019/2020 and 2020-2021 financial years
A minimum score of 1 is required for solvency ratios while profitability ratios must demonstrate a positive result. (If this criteria is not met the council will at its discretion consider further financial information in relation to liquidity as outlined above )
Please download the attached document and confirm the following for the past two years:
Audited accounts Y / N
Turnover
Current Assets
Current Liabilities
Stock
Net profit
Earnings before Income tax (EBIT) Operating profit
Total Assets
Total Liabilities
Tenders are asked to provide their company number so that the council can run this report.
To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Tenders are asked to provide their company number so that the council can run this report.
Within such reports, the risk of business failure is expressed as a score ranging from 1 -100.
In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Back to 3 years.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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
10 August 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 August 2021
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 39761. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Bidders responding to this opportunity will be required to confirm their compliance with the following in order for their bid to be considered further. Should you advise that you are unwilling to confirm compliance your bid will be removed from this exercise without further consultation.
East Renfrewshire Council is committed to maximising community benefits, Community benefits improve the economic, social or environmental wellbeing of the area. Under this contract the successful supplier will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this contract.
(SC Ref:659437)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff and Justice of the Peace Court
Paisley
Country
United Kingdom