Notice Information
Notice Title
TD1480 - Dynamic Purchasing System for the Supply and Disposal of Technology Enabled Care Products and Associated Services
Notice Description
Applications are invited for inclusion on a Dynamic Purchasing System (DPS) for the Supply and Disposal of Technology Enabled Care Products and Associated Services. Telecare Call-Monitoring Services do not fall within the scope of this DPS. Please see tender documents for further information. The initial term of the DPS will be for two years with an option to extend the DPS by a further two years in annual increments. The value of the DPS is indicative only and there is not guarantee of spend with any DPS Supplier but the maximum value of the DPS is a maximum of PS978,000. Applicants must meet the minimum required qualifying criteria for entry onto the DPS and maintain the requisite criteria throughout the DPS Agreement Term. The deadline for returns for Round One is 10am on 28 March 2022. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a comprehensive response. Applications to be on the DPS after this date may then be made during the lifetime of the DPS. It is anticpated that Mini-Tenders will start from 21/04/22, if required. Please visit the Council's e-tendering system https://www.eastmidstenders.org/ where you can express interest and obtain the documents. Please note we will only accept expressions of interest through the e-tendering system. Please search for TD1480.
Lot Information
Lot 1
DPS for the supply of and disposal of Technology Enabled Care Products and Associated services (training and helpdesk). The supply of Products will provide community benefits, by promoting and maintaining the independence and well-being of the Users in Derby, who require such support. This will support Users to live at home by developing preventative, re-enabling, assistive services. The types of Products required on this DPS, include but is not limited to: * Alarm units - analogue and digital compliant * Pendants * Bed sensors - analogue and digital compliant * Chair sensors - analogue and digital compliant * Epilepsy sensors - analogue and digital compliant * Falls detector/sensors - analogue and digital compliant * Temperature sensors - analogue and digital compliant * Flood detectors - analogue and digital compliant * Smoke detectors - analogue and digital compliant * Gas detectors * Carbon Monoxide detectors - analogue and digital compliant * Door sensors * Medication dispensers * Batteries Products supplied under this DPS must conform to BS8521:2009 Specification for dual-tone multi-frequency (DTMF) signalling protocol for social alarm systems and/or its successor, as well as BS7369, TT92 and digital protocol SCAIP (Social Care Alarm Internet Protocol) Any Products that are powered by batteries or have back-up batteries are required to be supplied with these batteries to enable the User to use the item straight away. All Products supplied under this DPS must be compatible with the Jontek Answerlink call-handling platform. It is the Supplier's responsibility to ensure all equipment supplied to the Council under this DPS is compatible with the Jontek Answerlink call-handling system. There may also be other occasions where the Council requires the Products to be compatible with existing equipment within a User's home. The requirements will be detailed in any Mini-Tender Documents. Suppliers are required to provide free training sessions and documented operating manuals to Council staff on how the Products are to be installed and operate at the Council's request. The training should include demonstrations of how each type of Product works and how it is programmed prior to being issued. Training should also be available on request to all new Council staff and where there have been upgrades to Products, again at no additional cost to the Council. Training will be held, in person, at 184 Kedleston Road, Derby, DE22 1GT (or at any other location as directed by the Council) or via Microsoft Teams within 14 days from request. The Council must be able to contact the Supplier regarding placement of Orders any query or to obtain technical advice, between the hours of 9.00 am and 5.00 pm on any Business Day, at no additional cost to the Council. Out of hours technical support must be provided via a telephone call on a 24-hours, 7 days a week basis. This is for immediate support of Product issues and to support response technicians who may be on site requiring urgent technical support. This is to be provided at no additional cost to the Council. The Council typically deploys its own staff to remove and dispose of these Products. There may be some instances however where the Council experiences an increase in demand for disposal of these Products. Where there is an increase in demand for this service, then the Council may use this DPS to conduct Mini-Tenders for this collection and disposal service. The Council's particular requirements and specific quantities will be stated further within the Tender documents. Any disposal requirement will be the collection of used products from a site specified by the Council. Suppliers are not required to remove equipment from User's homes.
Options: Option to extend for a further 24 months. DPS term will be a maximum 48 months in total.
Renewal: Option to extend for a further 24 months. DPS term will be a maximum 48 months in total.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031b14
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005240-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
32500000 - Telecommunications equipment and supplies
Notice Value(s)
- Tender Value
- £978,000 £500K-£1M
- Lots Value
- £978,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Feb 20223 years ago
- Submission Deadline
- 21 Feb 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 01/03/2024
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DERBY CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@derby.gov.uk
- Contact Phone
- +44 1332640768
Buyer Location
- Locality
- DERBY
- Postcode
- DE1 2FS
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF11 Derby
- Delivery Location
- TLF11 Derby
-
- Local Authority
- Derby
- Electoral Ward
- Darley
- Westminster Constituency
- Derby South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-031b14-2022-02-25T09:51:42Z",
"date": "2022-02-25T09:51:42Z",
"ocid": "ocds-h6vhtk-031b14",
"initiationType": "tender",
"tender": {
"id": "TD1480",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TD1480 - Dynamic Purchasing System for the Supply and Disposal of Technology Enabled Care Products and Associated Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
"mainProcurementCategory": "goods",
"description": "Applications are invited for inclusion on a Dynamic Purchasing System (DPS) for the Supply and Disposal of Technology Enabled Care Products and Associated Services. Telecare Call-Monitoring Services do not fall within the scope of this DPS. Please see tender documents for further information. The initial term of the DPS will be for two years with an option to extend the DPS by a further two years in annual increments. The value of the DPS is indicative only and there is not guarantee of spend with any DPS Supplier but the maximum value of the DPS is a maximum of PS978,000. Applicants must meet the minimum required qualifying criteria for entry onto the DPS and maintain the requisite criteria throughout the DPS Agreement Term. The deadline for returns for Round One is 10am on 28 March 2022. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a comprehensive response. Applications to be on the DPS after this date may then be made during the lifetime of the DPS. It is anticpated that Mini-Tenders will start from 21/04/22, if required. Please visit the Council's e-tendering system https://www.eastmidstenders.org/ where you can express interest and obtain the documents. Please note we will only accept expressions of interest through the e-tendering system. Please search for TD1480.",
"value": {
"amount": 978000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "DPS for the supply of and disposal of Technology Enabled Care Products and Associated services (training and helpdesk). The supply of Products will provide community benefits, by promoting and maintaining the independence and well-being of the Users in Derby, who require such support. This will support Users to live at home by developing preventative, re-enabling, assistive services. The types of Products required on this DPS, include but is not limited to: * Alarm units - analogue and digital compliant * Pendants * Bed sensors - analogue and digital compliant * Chair sensors - analogue and digital compliant * Epilepsy sensors - analogue and digital compliant * Falls detector/sensors - analogue and digital compliant * Temperature sensors - analogue and digital compliant * Flood detectors - analogue and digital compliant * Smoke detectors - analogue and digital compliant * Gas detectors * Carbon Monoxide detectors - analogue and digital compliant * Door sensors * Medication dispensers * Batteries Products supplied under this DPS must conform to BS8521:2009 Specification for dual-tone multi-frequency (DTMF) signalling protocol for social alarm systems and/or its successor, as well as BS7369, TT92 and digital protocol SCAIP (Social Care Alarm Internet Protocol) Any Products that are powered by batteries or have back-up batteries are required to be supplied with these batteries to enable the User to use the item straight away. All Products supplied under this DPS must be compatible with the Jontek Answerlink call-handling platform. It is the Supplier's responsibility to ensure all equipment supplied to the Council under this DPS is compatible with the Jontek Answerlink call-handling system. There may also be other occasions where the Council requires the Products to be compatible with existing equipment within a User's home. The requirements will be detailed in any Mini-Tender Documents. Suppliers are required to provide free training sessions and documented operating manuals to Council staff on how the Products are to be installed and operate at the Council's request. The training should include demonstrations of how each type of Product works and how it is programmed prior to being issued. Training should also be available on request to all new Council staff and where there have been upgrades to Products, again at no additional cost to the Council. Training will be held, in person, at 184 Kedleston Road, Derby, DE22 1GT (or at any other location as directed by the Council) or via Microsoft Teams within 14 days from request. The Council must be able to contact the Supplier regarding placement of Orders any query or to obtain technical advice, between the hours of 9.00 am and 5.00 pm on any Business Day, at no additional cost to the Council. Out of hours technical support must be provided via a telephone call on a 24-hours, 7 days a week basis. This is for immediate support of Product issues and to support response technicians who may be on site requiring urgent technical support. This is to be provided at no additional cost to the Council. The Council typically deploys its own staff to remove and dispose of these Products. There may be some instances however where the Council experiences an increase in demand for disposal of these Products. Where there is an increase in demand for this service, then the Council may use this DPS to conduct Mini-Tenders for this collection and disposal service. The Council's particular requirements and specific quantities will be stated further within the Tender documents. Any disposal requirement will be the collection of used products from a site specified by the Council. Suppliers are not required to remove equipment from User's homes.",
"value": {
"amount": 978000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further 24 months. DPS term will be a maximum 48 months in total."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend for a further 24 months. DPS term will be a maximum 48 months in total."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UKF11"
}
],
"deliveryLocation": {
"description": "Derby City"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.eastmidstenders.org/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "See tender documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "See tender documents",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-02-21T10:00:00Z"
},
"secondStage": {
"invitationDate": "2024-02-22T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "01/03/2024"
}
},
"parties": [
{
"id": "GB-FTS-853",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "Corporation Street",
"locality": "Derby",
"region": "UKF11",
"postalCode": "DE12FS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1332640768",
"email": "procurement@derby.gov.uk",
"url": "https://www.eastmidstenders.org/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.derby.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-14529",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "The Council House, Corporation Street,",
"locality": "Derby",
"postalCode": "DE1 2FS",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-853",
"name": "Derby City Council"
},
"language": "en"
}