Assistive Technology Tender
The City of Edinburgh Council has a requirement for the installation, maintenance, repair and removal of Telecare and Assistive Technology equipment in Council properties.
United Kingdom-Edinburgh: Entrance telephones
2015/S 155-285862
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The City of Edinburgh Council
Waverley Court, 4 East Market Street
For the attention of: Claudine Persaud
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693727
Internet address(es):
General address of the contracting authority: http://www.edinburgh.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Edinburgh and the Lothians.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Furthermore the Council also has a requirement for the installation, maintenance, repair and removal of Tynetec XT Sheltered Housing systems and individual hard-wired alarms which are located in Sheltered Housing and other similar styled properties throughout the Council boundary.
The subsequent contract will be for an initial period of two years with the option to extend at the sole discretion of the Council for a further two years in 12 month intervals.
Based on the Evaluation Panel’s assessment the five highest scoring suitable bidders will be shortlisted for Invitation to Tender. Where a tie occurs for fifth place, then all bidders in that place will be shortlisted. For the purposes of this exercise a tie will be deemed to have occurred, where two or more Economic Operators have identical scores.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=408297
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
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)
32552600, 50000000, 35121700, 50116100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 300 000 and 1 000 000 GBP
II.2.2)Information about options
Description of these options: 2 x 12 month extensions at the sole discretion of The City of Edinburgh Council.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See PQQ and Tender documentation for requirements.
III.2.3)Technical capacity
See PQQ and Tender documentation for requirements.
Minimum level(s) of standards possibly required:
See PQQ and Tender documentation for requirements.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 48 months.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: