Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Digital Telecare Goods

  • Cyhoeddwyd gyntaf: 15 Medi 2021
  • Wedi'i addasu ddiwethaf: 15 Medi 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Scotland Excel
ID Awudurdod:
AA20796
Dyddiad cyhoeddi:
15 Medi 2021
Dyddiad Cau:
12 Medi 2031
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This lot is for Digital Telecare Goods which may be used for monitoring the person’s environment and is titled “Goods for Monitoring and Detection for the person’s Environment”.

These Goods would be procured to assist with enabling a citizen to live in their home or sheltered accommodation usually after discharge from hospital, and includes the following items, namely:-

Smoke Detectors – commonly purchased. Wireless and wired smoke detectors with pendant transmitter board to link with alarm hub in the home.

Movement Detectors – PIR provision to assist with both inactivity and activity monitoring at home. Typically used in supported housing environments to ensure safety and wellbeing of customers.

Gas Sensors

Humidity (Heat Detector) – Identification of extreme heat as a result of fire.

Temperature – Identification of extremely high or low temperatures, proactive data for dehydration / fuel poverty etc.

Flood – Moisture detection, usually placed in baths or sinks to detector overflow.

Carbon dioxide Detectors –

Property exit sensors

Door entry systems

Carbon monoxide Detectors (?) – Detector of gas in an individual’s home.

Grouped alarms – Hardwired and wireless infrastructure to support grouped housing (such as sheltered, retirement housing etc) including management of communal technology, such as door entry systems and central fire alarms.

Dispersed alarms – Hub units for individual properties linked to an ARC via an analogue telephone line, GSM or fixed IP . Connectivity is possible with a range of peripherals where interoperability allows.

**In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 2, may be required to offer ancillary services such as installation and maintenance services . Enhanced warranties maybe required.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

UK

Ffôn: +44 4881095

E-bost: richard.bridgen@scotland-excel.org.uk

Ffacs: +44 1416187423

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scotland-excel.org.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

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

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Digital Telecare Goods

Cyfeirnod: 1620

II.1.2) Prif god CPV

32000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This contract notice is for applicants to apply to join the established DPS

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Goods for Monitoring and Detection for the Person

II.2.2) Cod(au) CPV ychwanegol

33000000

32000000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

This lot is for Digital Telecare Goods which may be used for monitoring the Person, and is titled “Goods for Monitoring and Detection for the Person”.

These Goods would be procured for the purpose of assisting citizens to live in their home or sheltered accommodation, and includes the following items, namely:-

Pendant

Fall detectors

Bed Sensor

GPS - allows for a vulnerable person to be located quickly usually with a wearable device and monitored by a central alarm receiving centre or designated family member.

lifestyle monitoring – Digital tools and hardware, to support the assessment of need process and enable families to be integral to self-management and at home care.

Epilepsy – condition specific devices for this medical issue. Generally voice and movement monitoring for seizure activity.

Enuresis - condition specific devices for this medical issue. Monitoring of overnight continence, commonly within a supported accommodation environment – core/cluster. Can also be deployed for dispersed users.

Chair Occupancy sensor

Bogus Caller Button

Wearable devices

Predictive devices

medication prompts – commonly purchased notification to the individual or an alarm receiving centre that medication should now be taken, appropriate on assessed need basis for both Level 1 and Level 2 medication prompting (non-topical). Suitable for people with poor memory, cognitive decline or acquired neurological disorder

In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 1 may be required to offer ancillary services such as software, installation and training of users.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 15- 40

Price / Pwysoliad:  85 - 60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Objective criteria for choosing the limited number of candidates: n/a

This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed.

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

Rhif y Lot 2

II.2.1) Teitl

Goods for Monitoring and Detection for the persons environment

II.2.2) Cod(au) CPV ychwanegol

32000000

33000000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

This lot is for Digital Telecare Goods which may be used for monitoring the person’s environment and is titled “Goods for Monitoring and Detection for the person’s Environment”.

These Goods would be procured to assist with enabling a citizen to live in their home or sheltered accommodation usually after discharge from hospital, and includes the following items, namely:-

Smoke Detectors – commonly purchased. Wireless and wired smoke detectors with pendant transmitter board to link with alarm hub in the home.

Movement Detectors – PIR provision to assist with both inactivity and activity monitoring at home. Typically used in supported housing environments to ensure safety and wellbeing of customers.

Gas Sensors

Humidity (Heat Detector) – Identification of extreme heat as a result of fire.

Temperature – Identification of extremely high or low temperatures, proactive data for dehydration / fuel poverty etc.

Flood – Moisture detection, usually placed in baths or sinks to detector overflow.

Carbon dioxide Detectors –

Property exit sensors

Door entry systems

Carbon monoxide Detectors (?) – Detector of gas in an individual’s home.

Grouped alarms – Hardwired and wireless infrastructure to support grouped housing (such as sheltered, retirement housing etc) including management of communal technology, such as door entry systems and central fire alarms.

Dispersed alarms – Hub units for individual properties linked to an ARC via an analogue telephone line, GSM or fixed IP . Connectivity is possible with a range of peripherals where interoperability allows.

**In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 2, may be required to offer ancillary services such as installation and maintenance services . Enhanced warranties maybe required.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 15- 40

Price / Pwysoliad:  85 - 60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Objective criteria for choosing the limited number of candidates: n/a

This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed.

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.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

1. INSURANCE REQUIREMENTS (ESPD (Scotland) Question 4B.5.1 and ESPD (Scotland) Question 4B.5.2):

ALL LOTS -

It is a requirement of admission and participation on the proposed dynamic purchasing system that candidates/suppliers hold the types and levels of insurance indicated below

Employer's (Compulsory) Liability: no less than 5 million GBP without limit to the number of claims

Product/Public Liability: no less than 10 million GBP in respect of each claim with no limit to the numbers (in the aggregate for Products liability)

in accordance with the provisions of the current Road Traffic Act 1988 vehicles used during the delivery of the service must have valid appropriate insurance. Statutory third-party motor vehicle liability to a minimum liability limit of 5 million GBP for property damage and unlimited for Third Party injury

Notwithstanding the minimum Insurance requirements to participate on the Dynamic Purchasing System as set down in this Condition, due to the nature of some of the goods purchased, the Council may decide to increase the minimum Insurance requirements for a specific procurement under the Dynamic Purchasing System and will indicate as such if applicable via their ITT documents when undertaking a specific procurement. In these circumstances the Economic Operator will be allowed the opportunity to arrange to increase its Insurance cover to the level stipulated by the Council and to reflect the increased cost (if any) in meeting the increased requirement.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the Candidate against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the Candidate confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Dynamic Purchasing System.

Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

1.RELEVANT EXAMPLES OF PREVIOUS SERVICES OR SUPPLIES (ESPD (Scotland) Question 4C.1.2):

Candidates will be required to provide a maximum of 3 previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice .

Has the Candidate, any consortium member or any sub-contractors defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdraw from the contract prematurely within the last three years, the Candidate should be able to demonstrate the circumstances surrounding the event.

2. SUBCONTRACTING (ESPD (Scotland) Question 4C.10):

Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed Dynamic Purchasing System.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4.

3. QUALITY ASSURANCE SCHEMES (ESPD (Scotland) Question 4D.1):

The Candidate 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. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

4. ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The Candidate must have the following:

The Candidate MUST HOLD a UKAS (or equivalent)accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

5. HEALTH AND SAFETY PROCEDURES

The Candidate must have the following:

The Candidate MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S)management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu

Gallai’r system brynu ddynamig gael ei defnyddio gan brynwyr ychwanegol

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 202-492032

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/09/2031

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 12/09/2031

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Scotland Excel is a central purchasing body procuring this Dynamic Purchasing System on behalf of the following contracting authorities (and successor bodies):

32 local authorities in Scotland: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx

Scotland Excel associate members: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

Any integration authority, or other body, established pursuant to the Public bodies (Joint Working) (Scotland) Act 2014.

Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:

http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf.

The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with

Scotland Excel.

Economic operators may be excluded from this procurement exercise if they are in any of the situations referred to in Regulation 58 of the

Public Contract (Scotland) Regulations 2015.

Subcontractors on whose capacity the Candidate does not rely: Scotland Excel will request the following information in the ESPD

(Scotland) document:

- Whether the Candidate intends to subcontract any share of the contract to a third party;

- List of the proposed subcontracts as far as it is known at that stage; and

- What proportion/percentage of the contract does the Candidate intend to subcontract.

Please note that these subcontractors on whose capacity the Candidate does not rely will be subject to the rules regarding Exclusion as set out immediately above

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18050. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Councils and associate members of Scotland Excel may require community benefits to be provided in their tender documents

(SC Ref:667050)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

Ffôn: +44 314443300

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Dyddiad anfon yr hysbysiad hwn

13/09/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33000000 Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol Deunyddiau a Chynhyrchion
32000000 Cyfarpar radio, teledu, cyfathrebu, telathrebu a chyfarpar cysylltiedig Technoleg ac Offer

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
richard.bridgen@scotland-excel.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.