Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Pobl Group
Exchange House, The Old Post Office
Newport
NP20 1AA
UK
E-mail: wayne.thomas@poblgroup.co.uk
NUTS: UKL
Internet address(es)
Main address: www.poblgroup.co.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0512
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.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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 Working Solution
Reference number: BM-P110
II.1.2) Main CPV code
35121000
II.1.3) Type of contract
Services
II.1.4) Short description
Tenders are invited for the provision of a Lone Working solution to support Pobl in adhering to its group Lone Working / Personal Safety Policy.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35121000
79710000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The successful solution must be have extensive coverage that ranges from Pembrokeshire in West Wales up to Swindon, the South Wales Valleys up to Mid Wales.
II.2.4) Description of the procurement
Tenders are invited for the provision of a Lone Working solution to support Pobl in adhering to its group Lone Working / Personal Safety Policy.
The term is for an initial 3 years with the option to extend up to a further 24 months.
Any solution must meet the requirements for all Pobl lone workers in all divisions e.g.
- Homes & Communities
- Care & Support
- Commercial
- Organisational Development
- Resources
A variety of devices may be required to satisfy the different requirements e.g.
- Discreet devices
- Visible devices
- Smartphone
- 2-way communication devices
II.2.5) Award criteria
Criteria below:
Quality criterion: Trial Period
/ Weighting: 20%
Quality criterion: Ability to deliver Tech, Functional, User & Gen eral Requirements
/ Weighting: 20%
Quality criterion: Presentation/Interview
/ Weighting: 20%
Quality criterion: Supplier Relationship & Implementation Requirements
/ Weighting: 10%
Cost criterion: Life Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The term is for an initial 3 years with the option to extend up to a further 24 months.
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:
Yes
Description of options:
The term is for an initial 3 years with the option to extend up to a further 24 months.
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.1.2) 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
Refer to Invitation to Tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/03/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/03/2018
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:
Notices for any recurrent procurement will be published approx. 3- 6 mths prior to the term end.
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
Please note the date for bidders to access the e-tender system and access tender documentation on the e-tender system (www.etenderwales.bravosolution.co.uk) expires 12 noon on 05 March 2018. Bidders will not be able to access documentation after this time.
The date for clarifications ends 12 noon on the 06 March 2018. Any clarification queries will not be responded to after this time.
The closing date and time for tender returns is 12 noon on 09 March 2018. No tenders will be accepted after this time on the etender system.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=71153
(WA Ref:71153)
VI.4) Procedures for review
VI.4.1) Review body
Pobl Group
Exchange House, The Old Post Office, High St
Newport
NP20 1AA
UK
VI.5) Date of dispatch of this notice
02/02/2018