Tender

The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform

CAERPHILLY CBC

This public procurement record has 1 release in its history.

Tender

05 May 2022 at 11:09

Summary of the contracting process

Caerphilly County Borough Council is currently in the tender phase for a significant procurement titled "The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform". This contract, valued at £700,000, falls under the software package and information systems industry. Bids are to be submitted electronically via the Proactis Portal by 7 June 2022. The tender process follows an open procedure with a clearly defined three-stage process, comprising the selection stage, tender response, and technical/demonstration stage, ensuring a thorough evaluation of submissions.

This tender offers a valuable opportunity for businesses specialising in digital alarm systems, IT services, and telecommunications to expand their operations within the public sector. Companies that provide robust software solutions, managed hosting services, and ongoing maintenance will be particularly well-placed to compete. Furthermore, the successful bidders will not only secure a contract lasting up to five years—potentially extendable for another five—but also may have additional opportunities for further licences and maintenance for the council during this period.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform

Notice Description

Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\Telecare Services including any applicable licenses, on-going support and maintenance for Caerphilly County Borough Council

Lot Information

Lot 1

Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\Telecare Services including any applicable licenses, on-going support and maintenance. This system shall replace an existing system. The Council will not be able to purchase or move to a solution without having a DR back up in place in case of failure or evacuation in the primary ARC location or connectivity to the solution from remote ARC locations The system shall be a new bespoke Digital Alarm Platform to be utilised by the Careline/Telecare Services. The Solution needs to be a robust and reliable platform (managed hosting / SaaS). Full details on the tender specification please access the tender documentation (ITT) which can be found on the e-tendering system Proactis plaza as per the link in this notice. The procurement process for this arrangement shall follow a three-stage, Open Procedure as follows:- First Stage - Selection Stage Second Stage - Tender Response Third Stage - Technical / Demonstration Bidders shall be required to pass each stage to proceed to the next stage of the tender process. Full details are contained and outlined in the tender documentations (ITT) The Evaluation of the tender process shall be evaluated based on the Most Economically Advantageous Tender in terms of the following award criteria Price 10% Quality 90% Social Value is 10% of the Quality Sub-Criteria and must be completed via the Social Value Portal. The full Sub-Criteria is outline below. Full details are contained in the tender documentation via the portal. Bidders will be expected to attend the Technical Workshop / System Demonstration on the date and time allocated by the Council.

Options: Additional purchases and licenses relating to the the system maybe required as part of the contract and the council reserves the right to purchase these as part of the contract if required

Renewal: The contract shall be for a period of five (5) years with the option to extend for up to a further period of five (5) years, extended on an annual basis total 120 months. Please note that the Council may not choose to take up any of the extension options.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03343b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011678-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems

64 - Postal and telecommunications services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services


CPV Codes

32510000 - Wireless telecommunications system

32570000 - Communications equipment

32580000 - Data equipment

48000000 - Software package and information systems

48600000 - Database and operating software package

64200000 - Telecommunications services

64210000 - Telephone and data transmission services

64220000 - Telecommunication services except telephone and data transmission services

64227000 - Integrated telecommunications services

72000000 - IT services: consulting, software development, Internet and support

79711000 - Alarm-monitoring services

85100000 - Health services

85323000 - Community health services

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 May 20224 years ago
Submission Deadline
7 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CAERPHILLY CBC
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HENGOED
Postcode
CF82 7RG
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL53 Gwent Valleys
Delivery Location
TLL16 Gwent Valleys

Local Authority
Caerphilly
Electoral Ward
Maesycwmmer
Westminster Constituency
Caerphilly

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03343b-2022-05-05T12:09:11+01:00",
    "date": "2022-05-05T12:09:11+01:00",
    "ocid": "ocds-h6vhtk-03343b",
    "description": "As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Portal e-tendering system. Therefore, companies are invited to follow the directions below to register on the system: 1. Log in to the Proactis Portal E-tendering system at https://www.proactisplaza.com 2. Click the \"Sign Up\" button. 3. Enter your details such as Organisation Name, Details and Primary Contact Details. 4. Please make a note of the Organisation ID and Login Name, then click Register. 5. You may then receive an email from the system asking you to Click here to activate your account. This takes you to Enter Organisation Details. Or you may be redirected straight to your account home page, depending on your browser. 6. Please enter the information requested, click Next and follow the instructions ensuring that you enter all applicable details. 7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes)that appear in the tender notice. 8. Accept the Terms and Conditions and then click Next. This takes you in to the Welcome window. 9. In the Welcome window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded. 10. Now click Done and you will enter the Supplier Home page. 11. From the Home Page, go to the \"Opportunities\" area, where you can search for this Opportunity. Click on the \"Show Me Arrow\" of the relevant opportunity and then click to register your interest on the relevant button. 12. Click the Opportunities Icon on the left of the page so that the page is refreshed, then, click on the \"Show Me Arrow\" of the relevant contract again and this will take you into the create a response section of the portal. 13. Note the closing date for completion of the relevant project. Please review the tabs at the top of the page as there will be information relating to the project held here. 14. You can now either continue to fill out this area and create a response or if the project is not of interest to you Decline this opportunity by clicking the \"Decline\" button at the top of the page. Tenderers shall express an interest in tendering for this arrangement by registering their interest on the Proactis Portal System as stated above and then completing the online e-tender submission. If you have any issues with your account please use the 'Raise a Ticket' function on the Proactis Portal. Instructions on how to utilise this function can be found in the attachments. NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=121010. (WA Ref:121010) The buyer considers that this contract is suitable for consortia.",
    "initiationType": "tender",
    "tender": {
        "id": "CCBC/PS2131/22/HS",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Supply, Installation, Licenses & On-Going Support & Maintenance of a Digital Alarm Platform",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\\Telecare Services including any applicable licenses, on-going support and maintenance for Caerphilly County Borough Council",
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Caerphilly County Borough Council (the Council) are seeking tender responses from suitable companies to commission a Digital Alarm Platform for the Careline\\Telecare Services including any applicable licenses, on-going support and maintenance. This system shall replace an existing system. The Council will not be able to purchase or move to a solution without having a DR back up in place in case of failure or evacuation in the primary ARC location or connectivity to the solution from remote ARC locations The system shall be a new bespoke Digital Alarm Platform to be utilised by the Careline/Telecare Services. The Solution needs to be a robust and reliable platform (managed hosting / SaaS). Full details on the tender specification please access the tender documentation (ITT) which can be found on the e-tendering system Proactis plaza as per the link in this notice. The procurement process for this arrangement shall follow a three-stage, Open Procedure as follows:- First Stage - Selection Stage Second Stage - Tender Response Third Stage - Technical / Demonstration Bidders shall be required to pass each stage to proceed to the next stage of the tender process. Full details are contained and outlined in the tender documentations (ITT) The Evaluation of the tender process shall be evaluated based on the Most Economically Advantageous Tender in terms of the following award criteria Price 10% Quality 90% Social Value is 10% of the Quality Sub-Criteria and must be completed via the Social Value Portal. The full Sub-Criteria is outline below. Full details are contained in the tender documentation via the portal. Bidders will be expected to attend the Technical Workshop / System Demonstration on the date and time allocated by the Council.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality Tender Response",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Quality - Technical Workshop",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Quality System Deomonstration",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "10"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract shall be for a period of five (5) years with the option to extend for up to a further period of five (5) years, extended on an annual basis total 120 months. Please note that the Council may not choose to take up any of the extension options."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Additional purchases and licenses relating to the the system maybe required as part of the contract and the council reserves the right to purchase these as part of the contract if required"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64210000",
                        "description": "Telephone and data transmission services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64220000",
                        "description": "Telecommunication services except telephone and data transmission services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64227000",
                        "description": "Integrated telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32580000",
                        "description": "Data equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32570000",
                        "description": "Communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32510000",
                        "description": "Wireless telecommunications system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85323000",
                        "description": "Community health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL16"
                    }
                ],
                "deliveryLocation": {
                    "description": "Within the Boundaries of Caerphilly Council Borough Council"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com/account/login",
        "communication": {
            "atypicalToolUrl": "https://supplierlive.proactisp2p.com/account/login"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As detailed in the ITT Document",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-06-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-12-07T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-06-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-07T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-51978",
            "name": "Caerphilly CBC",
            "identifier": {
                "legalName": "Caerphilly CBC"
            },
            "address": {
                "streetAddress": "Penallta House",
                "locality": "Hengoed",
                "region": "UKL16",
                "postalCode": "CF82 7RG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Helen Sellwood",
                "telephone": "+44 1443863282",
                "email": "sellwhl@caerphilly.gov.uk",
                "faxNumber": "+44 1443863167",
                "url": "https://supplierlive.proactisp2p.com/account/login"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.caerphilly.gov.uk",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-51978",
        "name": "Caerphilly CBC"
    },
    "language": "en"
}