Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHDC-0220-Assistive Technology Equipment Supply for Complex Needs

  • First published: 26 February 2020
  • Last modified: 26 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Hertfordshire District Council
Authority ID:
AA25421
Publication date:
26 February 2020
Deadline date:
01 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is for the supply of assistive technology equipment for the monitoring of nocturnal seizures and bed absence that communicates with the Council’s ARC via SCAIP CLC/TS 50134.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Hertfordshire District Council

Council Offices Gernon Road

Letchworth Garden City

SG6 3JF

UK

Contact person: North Hertfordshire District Council

Telephone: +44 1462474000

E-mail: david.martins-hesp@north-herts.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.north-herts.gov.uk

Address of the buyer profile: http://www.supplyhertfordshire.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.supplyhertfordshire.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.supplyhertfordshire.uk/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHDC-0220-Assistive Technology Equipment Supply for Complex Needs

Reference number: LL14090

II.1.2) Main CPV code

32000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

North Hertfordshire District Council is seeking a new contract for the provision of assistive technologies equipment for complex need service users, to go live in Spring/Summer 2020, with a 3 month prior contract mobilisation period. Currently the contract provides the services for approximately 650 individuals. Typically complex need service users will have either one or a combination of the following conditions: cognitive impairment; physical impairment; auditory or visual impairment; or learning disability. There are 7 lots being procured, as detailed further on in this notice, and tenderers are able to bid for single or multiple lots.

II.1.5) Estimated total value

Value excluding VAT: 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Nocturnal Epilepsy Absence Monitoring

II.2.2) Additional CPV code(s)

32260000

32500000

32522000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 1 is for the supply of assistive technology equipment for the monitoring of nocturnal seizures and bed absence that communicates with the Council’s ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

Lot No: 2

II.2.1) Title

Lot 2: Body Worn Epilepsy Detector

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 2: Body Worn Epilepsy Detector: the supply of assistive technology equipment for monitoring seizures and location by the use of body worn equipment that communicates with the Council’s ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

Lot No: 3

II.2.1) Title

Lot 3: Environmental Activity Wellbeing Monitoring Solution

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 3: Environmental Activity Wellbeing Monitoring Solution: the supply of assistive technology equipment for monitoring welfare through the use of environmental sensors and data analytical forecasting that communicates with the Councils ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

Lot No: 4

II.2.1) Title

Lot 4: Body Worn Activity Wellbeing Monitoring Solution

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 4: Body Worn Activity Wellbeing Monitoring Solution: the supply of assistive technology equipment for monitoring welfare through the use of body worn sensors and data analytical forecasting that communicates with the Councils ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

Lot No: 5

II.2.1) Title

Lot 5: Door Step Crime Monitoring

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 5: Door Step Crime Monitoring: the supply of assistive technology equipment for monitoring door step crime via video and audio links and communicates with the Councils ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable for a further 5 years.

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

II.2.14) Additional information

Lot No: 6

II.2.1) Title

Lot 6: Home and Away Support

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 6: Home and Away Support: the supply of Home and Away support solution which should support the service user by providing voice connectivity and locational data to the ARC via SCAIP CLC/TS 50134.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

Lot No: 7

II.2.1) Title

Lot 7: Wrist Worn Away from Home

II.2.2) Additional CPV code(s)

32260000

32522000

32500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Lot 7: Wrist Worn Away from Home: the supply of wrist worn away from home solution. This solution should support the service user by providing voice connectivity and locational data to the ARC over a secure connection with the service user. The service user should be able to raise an alert to the ARC. An optional Geo Fence should be a feature that can be activated if required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Extendable up to a further 5 years.

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

II.2.14) Additional information

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:

Please refer to invitation to tender 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

Please see contract documentation.

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/04/2020

Local time: 17:00

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/04/2020

Local time: 17:01

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

The Strand, City of Westminster

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.4.4) Service from which information about the review procedure may be obtained

The High Court of England and Wales

The Strand, City of Westminster

Letchworth Garden City

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

24/02/2020

Coding

Commodity categories

ID Title Parent category
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
32522000 Telecommunications equipment Telecommunications cable and equipment
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.martins-hesp@north-herts.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.