Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Person cyswllt: William Tomelty
Ffôn: +44 1294324354
E-bost: williamtomelty@north-ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.north-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Provision of a Call Monitoring and Alarm Receiving Centre to Respond to Community Alarm and Telecare Activations
Cyfeirnod: NAC/5158
II.1.2) Prif god CPV
79711000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Commencing 1st May 2024, North Ayrshire Council (“NAC”) requires a supplier to manage all call monitoring and call receiving in response to community alarm activations from vulnerable service users in the community, and to respond appropriately to those calls.
The Health and Social Care Partnership (“HSCP”) has approximately 4,500 service users with community alarms installed in their homes, and each service user is also likely to have a number of additional peripheral technologies (e.g. fall detectors, smoke alarms etc). It is anticipated that there will be approximately 22000 - 24000 foreground alarm activations each month.
The contract will be awarded using NACs standard conditions of contract for services.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 176 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79512000
35121700
33195000
79711000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
NAC invites tenders for the provision of a call monitoring and alarm receiving centre to respond to community alarm and telecare activations as detailed in the Invitation to Tender (“ITT”).
NAC currently have arrangements in place for this requirement until 30th April 2024 and therefore the requirement is being tendered. The resultant contract will be for a period of one year commencing 1st May 2024 until 30th April 2025 with the option to extend by up to 36 months (three years) until 30th April 2028. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 40
Price
/ Pwysoliad:
60
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 176 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/05/2024
Diwedd:
30/04/2025
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The anticipated start date is 1st May 2024 until 30th April 2025, with the option to extend by up to 36 months making the maximum contract end date 30th April 2028. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
Plus, bidders must also have a Telecare Services Membership, specially TSA.
Staff will also need to hold, as a minimum, a standard disclosure with enhanced disclosures and PVGs also acceptable.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to have a minimum yearly “specific” turnover of 588,000 GBP for the last 2 years in the business area covered by the contract.
NAC reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
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.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP in respect of any one event.
Public Liability Insurance = 5,000,000 GBP in respect of any one event.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope with a minimum project value of 200 GPB per annum. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Please refer to the Invitation to Tender and Specification, which includes KPIs, management information, community benefits and much more.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
15/12/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
15/12/2023
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Contract will be re-tendered around 9 months before it expires, subject to the utilisation of any available extensions.
VI.3) Gwybodaeth ychwanegol
Lots are not being used for this tender for the reason stated below:
Nature of the contract not suitable for lots.
Quality Management Procedures
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
Bidders 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25321. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits will be required on a mandatory basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:746673)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Ffôn: +44 1563550024
E-bost: kilmarnock@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
03/11/2023