web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Cardiff: Software package and information systems

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2015/S 239-433813/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Wales and West Housing Association Ltd
3 Alexandra Gate, Ffordd Pengam
Cardiff
Postal code: CF24 2UD
United Kingdom
For the attention of: Cate Dooher
Phone: +44 2920415386
Email: cate.dooher@wwha.co.uk
Internet Address(es):
General address of the contracting authority: www.wwha.co.uk
Address of the buyer profile:
Electronic access to information: www.sell2wales.gov.uk
Electronic submission of tenders and requests to participate: www.sell2wales.gov.uk
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:
OTHER: housing association
I.3) Main activity: Housing and community amenities
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
Telecare and telehealth monitoring solution.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: A combination of these
Main site or location of works, place of delivery or of performance: Archway House, 77 Ty Glas Avenue, Cardiff, CF14 5DX.
Nuts code: UK
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 specific contract:
Wales and West Housing is inviting appropriately experienced suppliers to complete a Pre-Qualification Questionnaire for the supply of a telecare/telehealth enabled monitoring solution. The complete solution will permit us to monitor alarm calls generated by alarm users in our own properties and those of our corporate clients. It is important that your solution will support our current service and our plans and aspirations moving forward. We are looking for a flexible and reliable solution which is able to handle calls via a range of communication protocols. We also require a solution which is user friendly and will enable our staff to focus on delivering a quality service to our customers and clients. We are looking for a supplier who is willing to work alongside us in a positive manner during the implementation, operation and development of the solution.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6) Common procurement vocabulary (CPV): 48000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
We will lease or purchase the monitoring solution and the length of the lease period is yet to be determined. We may also procure modules on an incremental basis therefore it is difficult to estimate the value of the contract.
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Any particular conditions will be outlined in Pre-qualification Questionnaire and/or Invitation to tender.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Any additional conditions will be outlined in Pre- qualification Questionnaire and/or Invitation to tender.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Any additional conditions will be outlined in Pre-qualification Questionnaire and/or Invitation to tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Any additional conditions will be outlined in Pre-qualification Questionnaire and/or Invitation to tender.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
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:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators:5
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
IV.3.2) Previous publication(s) concerning the same contract:

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:

IV.3.4) Time limit for receipt of tenders or requests to participate:
08.01.2016 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
18.01.2016
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information

VI.3) Additional information
Any additional information will be outlined in Pre- qualification Questionnaire and/or Invitation to tender.
(WA Ref: 34594).
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community benefits will apply and will be determined at ITT stage.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:There will be a 10 day standstill period following Contract Award which will give unsuccessful tenderers the opportunity to lodge an appeal.
VI.5) Date of dispatch of this notice:
07.12.2015