Provision of a monitoring service for telecare & lifeline alarms.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Torfaen County Borough Council
Civic Centre
For the attention of: Richard Williams
NP4 6YB Pontypool
UNITED KINGDOM
E-mail:

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
Regional or local authority
I.3)Main activity
Education
Environment
General public services
Housing and community amenities
Recreation, culture and religion
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of a monitoring service for telecare & lifeline alarms.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: Local Authorities in Wales.

NUTS code UKL

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
Framework agreement with a single operator

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 250 000 and 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Provision of a monitoring service for telecare & lifeline alarms.
Community benefits do not apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

79711000, 79700000, 79710000, 79512000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Torfaen County Borough Council is committed to use this arrangement for the provision of a monitoring service for telecare & lifeline alarms. Other local authorities in Wales may also elect to participate in the framework.
Estimated value excluding VAT:
Range: between 250 000 and 12 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 14.1.2013. Completion 13.1.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the invitation to tender (ITT) document.
The contracting authority reserves the right to request deposits, bonds, parent company, and/or other guarantees of financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation to tender (ITT) document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None specified, save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint and several. In the case of consortia, one party must act as "prime contractor".
III.1.4)Other particular conditions
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: As set out in the supplier selection questionnaire (SSQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the supplier selection questionnaire (SSQQ).
Minimum level(s) of standards possibly required: As set out in the supplier selection questionnaire (SSQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the supplier selection questionnaire (SSQQ).
Minimum level(s) of standards possibly required:
As set out in the supplier selection questionnaire (SSQQ).
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: yes
Reference to the relevant law, regulation or administrative provision: Tenderers must be accredited by Telecare Services Association (TSA) or other equivalent European accreditation.
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
T.4064
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.8.2012 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.8.2012 - 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 3.9.2012 - 10:00

Place:

Civic Centre, NP4 6YB Pontypool, UNITED KINGDOM.

Section VI: Complementary information

VI.1)Information about recurrence
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
The contract/framework is for a period of 5 years from the 14.1.2013 with extensions of up to 3 years in total.

The initial participating authority will be Torfaen County Borough Council. Any or all of the other local authorities in Wales may also elect to participate in the framework. A full list of local authorities in Wales is available on the following web site: http://www.direct.gov.uk/en/Dl1/Directories/DevolvedAdministrations/DG_065241.

The list of participating bodies above includes their successors in the exercise of their statutory functions, including (but not limited to) any new bodies created by the merger or reorganisation of any of them.
The estimated value of this framework agreement is between 250 000 GBP and 12 000 000 GBP depending on the number of local authorities that participate in the agreement.

Requests for tender packs and documentation should be e-mailed to .

Buy4Wales Reference Number: 31064.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.7.2012