Supply Telecare and Telehealth Monitoring Solution
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.
United Kingdom-Cardiff: Software package and information systems
2015/S 239-433813
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
For the attention of: Cate Dooher
CF24 2UD Cardiff
UNITED KINGDOM
Telephone: +44 2920415386
E-mail: cate.dooher@wwha.co.uk
Internet address(es):
General address of the contracting authority: www.wwha.co.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0573
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
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
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)
II.1.5)Short description of the contract or purchase(s)
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 athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=34594
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.sell2wales.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)
48000000
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:
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Any particular conditions will be outlined in Pre-qualification Questionnaire and/or Invitation to tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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
(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
Any additional conditions will be outlined in Pre-qualification Questionnaire and/or Invitation to tender.
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.3.4)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.3)Additional information
(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.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: