Tender

Digital Telecare Goods

SCOTLAND EXCEL

This public procurement record has 1 release in its history.

Tender

13 Sep 2021 at 00:00

Summary of the contracting process

Scotland Excel is the buying organisation overseeing a tender for the "Digital Telecare Goods", which falls under the general public services category within the goods industry. Located in Paisley, Scotland, the procurement process is currently at the active stage of a Dynamic Purchasing System (DPS) establishment. The tender period will conclude on 12 September 2031, and interested parties are encouraged to submit their applications electronically. This initiative is worth approximately £12 million and follows a selective procurement method, specifically a restricted procedure.

This tender presents significant business opportunities for suppliers specialising in digital telecare products, such as monitoring sensors and communication devices aimed at enhancing personal safety and wellbeing. Companies providing ancillary services like installation or maintenance, alongside manufacturers of wireless and wired emergency alert systems, will find this tender particularly relevant. Businesses looking to engage in this market should prepare for a competitive selection process that prioritises technical quality and price, as participants will need to meet specific insurance and quality certification requirements.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Digital Telecare Goods

Notice Description

This contract notice is for applicants to apply to join the established DPS

Lot Information

Goods for Monitoring and Detection for the persons environment

This lot is for Digital Telecare Goods which may be used for monitoring the person's environment and is titled "Goods for Monitoring and Detection for the person's Environment". These Goods would be procured to assist with enabling a citizen to live in their home or sheltered accommodation usually after discharge from hospital, and includes the following items, namely:- Smoke Detectors - commonly purchased. Wireless and wired smoke detectors with pendant transmitter board to link with alarm hub in the home. Movement Detectors - PIR provision to assist with both inactivity and activity monitoring at home. Typically used in supported housing environments to ensure safety and wellbeing of customers. Gas Sensors Humidity (Heat Detector) - Identification of extreme heat as a result of fire. Temperature - Identification of extremely high or low temperatures, proactive data for dehydration / fuel poverty etc. Flood - Moisture detection, usually placed in baths or sinks to detector overflow. Carbon dioxide Detectors - Property exit sensors Door entry systems Carbon monoxide Detectors (?) - Detector of gas in an individual's home. Grouped alarms - Hardwired and wireless infrastructure to support grouped housing (such as sheltered, retirement housing etc) including management of communal technology, such as door entry systems and central fire alarms. Dispersed alarms - Hub units for individual properties linked to an ARC via an analogue telephone line, GSM or fixed IP . Connectivity is possible with a range of peripherals where interoperability allows. **In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 2, may be required to offer ancillary services such as installation and maintenance services . Enhanced warranties maybe required.

Goods for Monitoring and Detection for the Person

This lot is for Digital Telecare Goods which may be used for monitoring the Person, and is titled "Goods for Monitoring and Detection for the Person". These Goods would be procured for the purpose of assisting citizens to live in their home or sheltered accommodation, and includes the following items, namely:- Pendant Fall detectors Bed Sensor GPS - allows for a vulnerable person to be located quickly usually with a wearable device and monitored by a central alarm receiving centre or designated family member. lifestyle monitoring - Digital tools and hardware, to support the assessment of need process and enable families to be integral to self-management and at home care. Epilepsy - condition specific devices for this medical issue. Generally voice and movement monitoring for seizure activity. Enuresis - condition specific devices for this medical issue. Monitoring of overnight continence, commonly within a supported accommodation environment - core/cluster. Can also be deployed for dispersed users. Chair Occupancy sensor Bogus Caller Button Wearable devices Predictive devices medication prompts - commonly purchased notification to the individual or an alarm receiving centre that medication should now be taken, appropriate on assessed need basis for both Level 1 and Level 2 medication prompting (non-topical). Suitable for people with poor memory, cognitive decline or acquired neurological disorder In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 1 may be required to offer ancillary services such as software, installation and training of users.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000667050
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427288
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

32000000 - Radio, television, communication, telecommunication and related equipment

33000000 - Medical equipments, pharmaceuticals and personal care products

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Sep 20214 years ago
Submission Deadline
12 Sep 20316 years to go
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
SCOTLAND EXCEL
Contact Name
Not specified
Contact Email
transport@scotland-excel.org.uk
Contact Phone
+44 1414888230

Buyer Location

Locality
PAISLEY
Postcode
PA1 1AR
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

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-r6ebe6-0000667050-2021-09-13T00:00:00Z",
    "date": "2021-09-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000667050",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "name": "Scotland Excel",
            "identifier": {
                "legalName": "Scotland Excel"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1AR"
            },
            "contactPoint": {
                "email": "transport@scotland-excel.org.uk",
                "telephone": "+44 1414888230",
                "faxNumber": "+44 1416187423",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland-excel.org.uk"
            }
        },
        {
            "id": "org-9",
            "name": "Court of session",
            "identifier": {
                "legalName": "Court of session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Scotland Excel",
        "id": "org-8"
    },
    "tender": {
        "id": "1620",
        "title": "Digital Telecare Goods",
        "description": "This contract notice is for applicants to apply to join the established DPS",
        "status": "active",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "32000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2031-09-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP427288",
                "documentType": "contractNotice",
                "title": "Digital Telecare Goods",
                "description": "This contract notice is for applicants to apply to join the established DPS",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427288",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Goods for Monitoring and Detection for the persons environment",
                "description": "This lot is for Digital Telecare Goods which may be used for monitoring the person's environment and is titled \"Goods for Monitoring and Detection for the person's Environment\". These Goods would be procured to assist with enabling a citizen to live in their home or sheltered accommodation usually after discharge from hospital, and includes the following items, namely:- Smoke Detectors - commonly purchased. Wireless and wired smoke detectors with pendant transmitter board to link with alarm hub in the home. Movement Detectors - PIR provision to assist with both inactivity and activity monitoring at home. Typically used in supported housing environments to ensure safety and wellbeing of customers. Gas Sensors Humidity (Heat Detector) - Identification of extreme heat as a result of fire. Temperature - Identification of extremely high or low temperatures, proactive data for dehydration / fuel poverty etc. Flood - Moisture detection, usually placed in baths or sinks to detector overflow. Carbon dioxide Detectors - Property exit sensors Door entry systems Carbon monoxide Detectors (?) - Detector of gas in an individual's home. Grouped alarms - Hardwired and wireless infrastructure to support grouped housing (such as sheltered, retirement housing etc) including management of communal technology, such as door entry systems and central fire alarms. Dispersed alarms - Hub units for individual properties linked to an ARC via an analogue telephone line, GSM or fixed IP . Connectivity is possible with a range of peripherals where interoperability allows. **In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 2, may be required to offer ancillary services such as installation and maintenance services . Enhanced warranties maybe required.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "15- 40"
                        },
                        {
                            "type": "price",
                            "description": "85 - 60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Objective criteria for choosing the limited number of candidates: n/a This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false
            },
            {
                "id": "1",
                "title": "Goods for Monitoring and Detection for the Person",
                "description": "This lot is for Digital Telecare Goods which may be used for monitoring the Person, and is titled \"Goods for Monitoring and Detection for the Person\". These Goods would be procured for the purpose of assisting citizens to live in their home or sheltered accommodation, and includes the following items, namely:- Pendant Fall detectors Bed Sensor GPS - allows for a vulnerable person to be located quickly usually with a wearable device and monitored by a central alarm receiving centre or designated family member. lifestyle monitoring - Digital tools and hardware, to support the assessment of need process and enable families to be integral to self-management and at home care. Epilepsy - condition specific devices for this medical issue. Generally voice and movement monitoring for seizure activity. Enuresis - condition specific devices for this medical issue. Monitoring of overnight continence, commonly within a supported accommodation environment - core/cluster. Can also be deployed for dispersed users. Chair Occupancy sensor Bogus Caller Button Wearable devices Predictive devices medication prompts - commonly purchased notification to the individual or an alarm receiving centre that medication should now be taken, appropriate on assessed need basis for both Level 1 and Level 2 medication prompting (non-topical). Suitable for people with poor memory, cognitive decline or acquired neurological disorder In addition to supplying the Goods listed above, Candidates who are appointed as DPS Suppliers on Lot 1 may be required to offer ancillary services such as software, installation and training of users.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "15- 40"
                        },
                        {
                            "type": "price",
                            "description": "85 - 60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Objective criteria for choosing the limited number of candidates: n/a This process is for the establishment of a DPS, therefore there are no limitations on the number of candidates who maybe appointed."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2031-09-12T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "1. INSURANCE REQUIREMENTS (ESPD (Scotland) Question 4B.5.1 and ESPD (Scotland) Question 4B.5.2): ALL LOTS - It is a requirement of admission and participation on the proposed dynamic purchasing system that candidates/suppliers hold the types and levels of insurance indicated below Employer's (Compulsory) Liability: no less than 5 million GBP without limit to the number of claims Product/Public Liability: no less than 10 million GBP in respect of each claim with no limit to the numbers (in the aggregate for Products liability) in accordance with the provisions of the current Road Traffic Act 1988 vehicles used during the delivery of the service must have valid appropriate insurance. Statutory third-party motor vehicle liability to a minimum liability limit of 5 million GBP for property damage and unlimited for Third Party injury Notwithstanding the minimum Insurance requirements to participate on the Dynamic Purchasing System as set down in this Condition, due to the nature of some of the goods purchased, the Council may decide to increase the minimum Insurance requirements for a specific procurement under the Dynamic Purchasing System and will indicate as such if applicable via their ITT documents when undertaking a specific procurement. In these circumstances the Economic Operator will be allowed the opportunity to arrange to increase its Insurance cover to the level stipulated by the Council and to reflect the increased cost (if any) in meeting the increased requirement. OTHER ECONOMIC AND FINANCIAL REQUIREMENTS: A search of the Candidate against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the Candidate confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Dynamic Purchasing System. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information."
                },
                {
                    "type": "technical",
                    "description": "1.RELEVANT EXAMPLES OF PREVIOUS SERVICES OR SUPPLIES (ESPD (Scotland) Question 4C.1.2): Candidates will be required to provide a maximum of 3 previous examples of supplies or services carried out in the past three years that they deem appropriate to demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice . Has the Candidate, any consortium member or any sub-contractors defaulted on the delivery of a contract, had a contract cancelled, or not renewed for failure to perform or, withdraw from the contract prematurely within the last three years, the Candidate should be able to demonstrate the circumstances surrounding the event. 2. SUBCONTRACTING (ESPD (Scotland) Question 4C.10): Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed Dynamic Purchasing System. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4. 3. QUALITY ASSURANCE SCHEMES (ESPD (Scotland) Question 4D.1): The Candidate MUST HOLD a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4. ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS The Candidate must have the following: The Candidate MUST HOLD a UKAS (or equivalent)accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. OR A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). 5. HEALTH AND SAFETY PROCEDURES The Candidate must have the following: The Candidate MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR A regularly reviewed and documented policy for Health and Safety (H&S)management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "dynamicPurchasingSystem": {
                "type": "open"
            }
        },
        "classification": {
            "id": "32000000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 202-492032"
        }
    ],
    "description": "Scotland Excel is a central purchasing body procuring this Dynamic Purchasing System on behalf of the following contracting authorities (and successor bodies): 32 local authorities in Scotland: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx Scotland Excel associate members: http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx Any integration authority, or other body, established pursuant to the Public bodies (Joint Working) (Scotland) Act 2014. Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator: http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf. The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with Scotland Excel. Economic operators may be excluded from this procurement exercise if they are in any of the situations referred to in Regulation 58 of the Public Contract (Scotland) Regulations 2015. Subcontractors on whose capacity the Candidate does not rely: Scotland Excel will request the following information in the ESPD (Scotland) document: - Whether the Candidate intends to subcontract any share of the contract to a third party; - List of the proposed subcontracts as far as it is known at that stage; and - What proportion/percentage of the contract does the Candidate intend to subcontract. Please note that these subcontractors on whose capacity the Candidate does not rely will be subject to the rules regarding Exclusion as set out immediately above The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18050. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Councils and associate members of Scotland Excel may require community benefits to be provided in their tender documents (SC Ref:667050)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000667050"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}