{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000451145-2017-10-02T00:00:00Z",
    "date": "2017-10-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000451145",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-19",
            "name": "East Lothian Council",
            "identifier": {
                "legalName": "East Lothian Council"
            },
            "address": {
                "streetAddress": "John Muir House",
                "locality": "Haddington, East Lothian",
                "region": "UKM23",
                "postalCode": "EH41 3HA"
            },
            "contactPoint": {
                "name": "Eleanor Hayman",
                "email": "procurement@eastlothian.gov.uk",
                "telephone": "+44 1620827827",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.eastlothian.gov.uk"
            }
        },
        {
            "id": "org-75",
            "name": "East Lothian Council",
            "identifier": {
                "legalName": "East Lothian Council"
            },
            "address": {
                "streetAddress": "John Muir House",
                "locality": "Haddington, East Lothian",
                "region": "UKM73",
                "postalCode": "EH41 3HA"
            },
            "contactPoint": {
                "name": "Eleanor Hayman",
                "email": "procurement@eastlothian.gov.uk",
                "telephone": "+44 1620827827",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.eastlothian.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "East Lothian Council",
        "id": "org-75"
    },
    "tender": {
        "id": "CON-16-008",
        "title": "Telecare IT Platform for East Lothian Council",
        "description": "East Lothian Council contract award notice for an integrated call handling facility and telecare asset management system to respond to alerts from telecare equipment in the homes of vulnerable people.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "85323000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Lothian"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM23"
                    },
                    {
                        "region": "UKM73"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-03-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-03-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN270914",
                "documentType": "contractNotice",
                "title": "Telecare IT Platform for East Lothian Council",
                "description": "East Lothian is seeking to purchase an integrated call handling facility and telecare asset management system to respond to alerts from telecare equipment in the homes of vulnerable people.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270914",
                "format": "text/html"
            },
            {
                "id": "OCT297317",
                "documentType": "awardNotice",
                "title": "Telecare IT Platform for East Lothian Council",
                "description": "East Lothian Council contract award notice for an integrated call handling facility and telecare asset management system to respond to alerts from telecare equipment in the homes of vulnerable people.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297317",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Contract award notice for an integrated call handling facility and telecare asset management system to respond to alerts from telecare systems in the homes of vulnerable people. The contract was not divided into lots due to the technical nature of the requirement.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "options": {
                    "description": "East Lothian Council may in future require to make additional purchases via this contract in order to facilitate partnership working with another public body or back up of call handling facilities with a third party organisation."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One further of extension of 24 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2017-03-01T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to provide evidence of their financial standing which will be require to meet the following criteria: i) The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years. ii) The accounts should not show a loss in 2 consecutive years. iii) The accounts should not show a loss in 1 year and negative net current assets in any 1 year. Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement. East Lothian Council may also request a parent company guarantee where this is appropriate. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders should evidence that they have Quality Management Procedures in place: 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. 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, which 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. Bidders must hold an accredited independent third party certificate of compliance in accordance with ISO 27001 (or equivalent) for Information technology security techniques, information security management systems. Alternatively bidders must be able to provide evidence of documented procedures and policies regarding their information technology security techniques."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "48810000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:513129)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000451145"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000451145"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CON-16-008",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CON-16-008",
            "awardID": "CON-16-008",
            "status": "active",
            "dateSigned": "2017-09-05T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 019-031750"
        }
    ]
}