Tender

Provision of Digital Telecare, ARC, Intercom and Door Entry Services

  • The Abbeyfield Society

F02: Contract notice

Notice identifier: 2023/S 000-033431

Procurement identifier (OCID): ocds-h6vhtk-0417b6

Published 13 November 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

The Abbeyfield Society

17-19 Hampton Ln,

Solihull

B91 2QT

Contact

George Powell

Email

g.powell@abbeyfield.com

Telephone

+44 1217094025

Country

United Kingdom

Region code

UKG - West Midlands (England)

National registration number

200719

Internet address(es)

Main address

https://www.abbeyfield.com/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Alarm-monitoring-services./4698AF6KE5

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Digital Telecare, ARC, Intercom and Door Entry Services

two.1.2) Main CPV code

  • 79711000 - Alarm-monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Digital Telecare, ARC, Intercom and Door Entry Services. Please refer to tender documents for a full description.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Digital Telecare Equipment & Alarm Receiving Centre (ARC)

Lot No

1

two.2.2) Additional CPV code(s)

  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKC - North East (England)
  • UKD - North West (England)
Main site or place of performance

WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Digital Telecare Equipment & Alarm Receiving Centre (ARC)

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

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24 months.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As set out in the tender documents.

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

Please respond to this opportunity via the Delta portal.

two.2) Description

two.2.1) Title

Intercom & Door Entry

Lot No

2

two.2.2) Additional CPV code(s)

  • 32360000 - Intercom equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKC - North East (England)
  • UKD - North West (England)
Main site or place of performance

WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),EAST OF ENGLAND,SOUTH WEST (ENGLAND),SOUTH EAST (ENGLAND),NORTH EAST (ENGLAND),NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

Intercom & Door Entry. Further detail can be found in the procurement documents.

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

36

This contract is subject to renewal

Yes

Description of renewals

Possibility for 24 month extension.

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

Please respond to this opportunity via the Delta portal.


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

Suitability criteria are outlined in the tender documents.

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

Details of the conditions are set out in the procurement documents. These will include conditions relating to service levels and/or right to terminate for less than minimum acceptable performance levels.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

15 December 2023

Local time

5:00pm

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Alarm-monitoring-services./4698AF6KE5" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Alarm-monitoring-services./4698AF6KE5

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/4698AF6KE5" target="_blank">https://www.delta-esourcing.com/respond/4698AF6KE5

GO Reference: GO-20231113-PRO-24396363

six.4) Procedures for review

six.4.1) Review body

See VI.4.3 below

See VI.4.3 below

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3 below

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) 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 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit 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 3 months after that date. Where a contract has not been entered into, 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 the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective".