Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Hertfordshire District Council
Gernon Road
Letchworth Garden City
SG6 3JF
UK
Contact person: David Martins-Hesp
Telephone: +44 01462474291
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: www.supplyhertfordshire.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.supplyhertfordshire.uk
Additional information can be obtained from the abovementioned address
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 202208-02 - Assistive Technology – Standalone Equipment
Reference number: NHDC 202208-02
II.1.2) Main CPV code
35121700
II.1.3) Type of contract
Supplies
II.1.4) Short description
North Hertfordshire District Council (the Council) invites Tenders for the supply of assistive technology equipment in connection with its standalone independent living service provided as part of its Hertfordshire Careline service.
II.1.5) Estimated total value
Value excluding VAT:
324 000.00
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
NHDC 202208-02 - ASSISTIVE TECHNOLOGY – STANDALONE EQUIPMENT- Lot 1 – Sensory Impairment Solutions
II.2.2) Additional CPV code(s)
35121700
31625000
35125110
30237475
32580000
31521310
31681000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1: Sensory Impairment Solutions Estimated Value Per Annum: £60,000Assistive Technology to support deaf or hard of hearing service users/carers:Alarm clock - A settable clock that will wake service users with a loud alarm, flashing lights and vibrations with a bed shaker. Baby monitor - A baby monitoring solution for parents & guardians with hearing loss. Beaconing light - A bright light that flashes when activated by a smoke detector.Door Transmitter - A transmitter that signals other devices/pager when guests are at the door. Portable receiver/Pager - A device that alerts users with lights and sounds when the doorbell or telephone rings, if a dependent has pressed an alarm or when a fire occursPushbutton transmitter - A device that when pressed notifies another pager.Smoke alarm - A device that detects smoke and fire and activates other devices.Telephone transmitter - A transmitter that signals other devices when the telephone receives a call or messageVibrating Pillow - A pad that vibrates a pillow as a warning.Universal connector to connect above to dispersed alarmMaintenance – the solution should offer a repair route with a warranty period of 24 months.End of Service – the solution should offer a re-manufacturing option to reduce landfill, environmental impact, and carbon footprint..End of Life – the solution should offer an environmentally responsible disposal route to ensure minimum impact on natural resources and carbon footprint.End of Life – the solution should offer an environmentally responsible disposal route to ensure minimum impact on natural resources and carbon footprint.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
180 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
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
NHDC 202208-02 - ASSISTIVE TECHNOLOGY – STANDALONE EQUIPMENT- Lot 2: Door Announcer
II.2.2) Additional CPV code(s)
35121700
35125100
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2: Door Announcer Estimated Value Per Annum: £12,000A device that audibly alerts the service user that the door has been opened and announces a previously recorded instruction.Designed towards service users with cognitive impairment.Maintenance – the solution should offer a repair route with a warranty period of 24 months.End of Service – the solution should offer a re-manufacturing option to reduce landfill, environmental impact and carbon footprint.End of Life – the solution should offer an environmentally responsible disposal route to ensure minimum impact on natural resources and carbon footprint.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
36 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
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
NHDC 202208-02 - ASSISTIVE TECHNOLOGY – STANDALONE EQUIPMENT- Lot 3: Medication Dispenser and Medical Reminder
II.2.2) Additional CPV code(s)
31681000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Lot 3: Medication Dispenser and Medical ReminderEstimated Value Per Annum: £36,000Medication Dispenser.An item that releases medication at specific times capable of sending a signal to the ARC via SCAIP.SCAIP Signals to ARC forDose takenDose not takenLow battery’.Daily PollBattery PoweredMaintenance – the solution should offer a repair route with a warranty period of 24 months.End of Service – the solution should offer a re-manufacturing option to reduce landfill, environmental impact and carbon footprint.End of Life – the solution should offer an environmentally responsible disposal route to ensure minimum impact on natural resources and carbon footprint.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
108 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
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:
III.2) Conditions related to 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:
19/12/2022
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
Tender must be valid until:
19/05/2023
IV.2.7) Conditions for opening of tenders
Date:
20/12/2022
Local time: 00:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
North Hertfordshire District Council
Council Offices, Gernon Road
Letchworth Garden City
SG6 3JF
UK
Telephone: +44 1462474321
E-mail: David.Martins-Hesp@north-herts.gov.uk
Internet address(es)
URL: www.north-herts.gov.uk
VI.4.2) Body responsible for mediation procedures
CEDR
100 St. Paul’s Churchyard,
London
EC4M 8BU
UK
Telephone: +44 2075366000
E-mail: info@cedr.com
Internet address(es)
URL: https://www.cedr.com/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
16/11/2022