By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Out of Hours Telephone and Lifeline Telecare Provision.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

West Kent Housing Association
101 London Road, Kent
For the attention of: Steven Bennett
Sevenoaks
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.westkent.org

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Out of Hours Telephone and Lifeline Telecare Provision.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKJ4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
West Kent Housing Association (West Kent) wishes to appoint a contractor to provide an out of hours telephone contact service to residents when West Kent's customer service team is unavailable. West Kent also wishes to appoint a contractor to provide 24 hour monitoring of dispersed Lifeline telecare and sheltered scheme alarms (known as Emerald).
The requirement is split into two separate Lots. Lot 1 will be for the provision of the out of hours telephone contact services, and Lot 2 will be for the provision of 24 hour monitoring of dispersed Lifeline telecare and sheltered scheme alarms.
There will be a separate Contract for each Lot. Applicants may bid for one or both Lots.
Further details of each of the two Lots are set out in Annex B of this Notice and in the PQQ.
It is envisaged that the Lot 1 and Lot 2 Contracts will each last for an initial period of 10 years, with an option to extend for a further 5 years at West Kent's discretion, giving a total potential term of 15 years.
II.1.6)Common procurement vocabulary (CPV)

79510000, 79711000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The total combined value of the services to be carried out under the Lot 1 and Lot 2 Contracts is estimated to be approximately 65 000 GBP per annum, giving a total value of approximately 975 000 GBP over the potential 15 year term.
Estimated value excluding VAT: 975 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: It is envisaged that the Lot 1 and Lot 2 Contracts will each last for an initial period of 10 years, with an option to extend for a further 5 years at West Kent's discretion, giving a total potential term of 15 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 180 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Out of hours service
1)Short description
This Lot is for the provision of an out of hours telephone contact service to residents including repairs and housing emergencies while West Kent's customer service team is unavailable.
For further details of this Lot please refer to the PQQ
2)Common procurement vocabulary (CPV)

79510000

3)Quantity or scope
The total value of the services to be carried out under this Lot is estimated to be approximately 25 000 GBP per annum, giving a total value of approximately 375 000 GBP over the potential 15 year term.
Estimated value excluding VAT: 375 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 180 (from the award of the contract)
5)Additional information about lots
Lot No: 2
1)Short description
This Lot is for the provision of a Lifefline telecare service to residents, consisting of 24 hour monitoring of dispersed Lifeline telecare and sheletered scheme alarms.
For further details of this Lot please refer to the PQQ
2)Common procurement vocabulary (CPV)

79510000, 79711000

3)Quantity or scope
The total value of the services to be carried out under this Lot is estimated to be approximately 40 000 GBP per annum, giving a total value of approximately 600 000 GBP over the potential 15 year term.
Estimated value excluding VAT: 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 180 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees, performance bonds, warranties and/or deposits may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be included in the contract documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of the Contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The information and formalities set out in Article 47 of Directive 2004/18/EC and Regulation 24 Public Contracts Regulations 2006. These requirements are set out in the PQQ.
Minimum level(s) of standards possibly required: Please refer to the PQQ referred to above
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The information and formalities set out in Article 48 of Directive 2004/18/EC and Regulation 25 Public Contracts Regulations 2006. These requirements are set out in the PQQ.
Minimum level(s) of standards possibly required:
Please refer to the PQQ referred to above
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: As set out in the PQQ
Applicants should note that the numbers stated above are the minimum and maximum number of Applicants that West Kent intends to invite to tender for each Lot.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Out of Hours Telephone & Lifeline Telecare Provision
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

A copy of the Pre Qualification Questionnaire for this procurement can be obtained by sending an email to: titled 'Out of Hours Telephone & Lifeline Telecare Provision'.

West Kent reserves the right to cancel the procurement and not to proceed with all or part of the Contracts.
West Kent will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their PQQ or tender submissions.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court

Body responsible for mediation procedures

High Court

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32, 32A and Part 9 of the Public Contracts Regulations 2006 (as amended)
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office

VI.5)Date of dispatch of this notice:
20.1.2014