Tender

Supply of Telecare Alarm Receiving Centre (ARC) Solution

  • City of Bradford Metropolitan District Council

F02: Contract notice

Notice identifier: 2023/S 000-023169

Procurement identifier (OCID): ocds-h6vhtk-03ee23

Published 9 August 2023, 8:51am



Section one: Contracting authority

one.1) Name and addresses

City of Bradford Metropolitan District Council

Britannia House, Hall Ings

Bradford

BD1 1HX

Contact

Catherine Mullins

Email

catherine.mullins@bradford.gov.uk

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

National registration number

180808262

Internet address(es)

Main address

https://www.bradford.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103277

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=68787&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=68787&B=UK

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

Supply of Telecare Alarm Receiving Centre (ARC) Solution

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to appoint a suitably experienced and qualified Provider (the Provider) to supply and maintain Telecare Alarm Receiving Centre (ARC) solution. This will include support and maintenance, training and associated professional services. The solution will enable the on-going and continuous monitoring of telecare alarm equipment.

It is anticipated that the contract will be for a period of 3 years with an option to extend by 2 periods of 12 months. The Council reserves the right to amend the scope of the support requirement for the extension period.

two.1.5) Estimated total value

Value excluding VAT: £225,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32429000 - Telephone network equipment
  • 32550000 - Telephone equipment

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Bradford

two.2.4) Description of the procurement

The Council is seeking to appoint a suitably experienced and qualified Provider (the Provider) to supply and maintain Telecare Alarm Receiving Centre (ARC) solution. This will include support and maintenance, training and associated professional services. The solution will enable the on-going and continuous monitoring of telecare alarm equipment.

It is anticipated that the contract will be for a period of 3 years with an option to extend by 2 periods of 12 months. The Council reserves the right to amend the scope of the support requirement for the extension period.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £225,000

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

2 x 12 month extensions

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

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

14 September 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 September 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

City of Bradford Metropolitan District Council

1st Floor, Britannia House, Hall Ings

Bradford

BD1 1HX

Country

United Kingdom

Internet address

https://www.bradford.gov.uk/

six.4.2) Body responsible for mediation procedures

City of Bradford MDC

Bradford

BD1 1HY

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

City of Bradford MDC

Bradford

BD1 1HY

Country

United Kingdom