Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cartrefi Cymunedol Gwynedd Cyf
PO Box 206
Bangor
LL57 9DS
UK
Telephone: +44 3001238084
E-mail: caffael@ccgwynedd.org.uk
NUTS: UKL12
Internet address(es)
Main address: http://www.ccgwynedd.org/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0001
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Lone Worker Solutions
II.1.2) Main CPV code
35100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Cartrefi Cymunedol Gwynedd is seeking a single supplier to provide Lone Worker Devices and associated support services including the provision of an Alarm Receiving Centre.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35100000
35113000
35113100
79711000
79417000
71317200
71317210
35121700
79714100
79710000
II.2.3) Place of performance
NUTS code:
UKL12
UKL11
UKL13
UKL23
II.2.4) Description of the procurement
Cartrefi Cymunedol Gwynedd (CCG) are seeking to appoint a single supplier to a framework agreement to provide Lone Worker Devices and associated support services including the provision of an Alarm Receiving Centre.
This Framework will be available for use by any Contracting Authority as defined in the Public Contracts Regulations 2015 within the counties of Ynys Môn, Gwynedd, Conwy, Denbighshire, Flintshire and Wrexham.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Quality criterion: Interview
/ Weighting: 10
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2019
End:
31/03/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 198-448172
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/01/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/01/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
TBC
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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=87835.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/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.
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:
Selection criteria as stated in the procurement documents
(WA Ref:87835)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Cartrefi Cymunedol Gwynedd Cyf
PO Box 206
Bangor
LL57 9DS
UK
Telephone: +44 3001238084
Internet address(es)
URL: http://www.ccgwynedd.org/
VI.5) Date of dispatch of this notice
10/12/2018