CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
RCT Homes |
Ty Pennant, Mill Street |
Pontypridd |
CF37 2SW |
UK |
Procurement (Finance)
Leanne Edwards |
+44 1443494609 |
|
|
www.rcthomes.co.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787
www.sell2wales.gov.uk
www.sell2wales.gov.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityTender for Out of Hours, Door Entry Service and CCTV Monitoring Provider(s) |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract5 |
II.1.2)
|
Main site or location of works, place of delivery or performance
RCT
UKL15 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
RCT Homes, through a competitive tender process wishes to appoint contractors to deliver a Service for the provision of:
1)Out of Hours Telephone Support
The successful provider will be required to
1. Log all emergency calls requiring action and refer these to the on call Duty Officer. The log of calls and action taken is to be e-mailed to RCT Homes the next working day. If a call does not relate to a repair, there is a requirement for the successful provider to log the call so that staff at RCT Homes can deal with it the following working day if appropriate.
2. The successful supplier will be required to provide a termination point (dedicated telephone number / ideally 0300) to which our priority telephone lines will connect.
2)Monitoring and Door Entry Access Services
A door entry system provides an increased level of security and protection to residents and door entry calls may be diverted to the successful supplier in the absence of a response from a resident or member of scheme staff;
In the event of request for access to the scheme the successful supplier shall;
- Check if the caller has called the relevant flat;
- Where possible, check CCTV to validate ID of caller
- Establish the caller’s name;
- Establish the name and flat number of the resident they are visiting;
- Ask the caller to wait whilst checking with the resident;
- Contact the resident with the caller’s details; and only if the resident agrees, release the door lock and admit the caller.
3)CCTV Monitoring Services
RCT Homes operates a number of CCTV systems across Rhondda Cynon Taff comprising:
- 113 Overt Cameras located across its estates- a mixture of PTZ and static cameras located on columns in public spaces, on and inside its housing blocks. Across the borough the cameras are distributed as follows: Rhondda x48 cameras, Cynon x45 cameras, Taff x20 Cameras.
- 2 Redeployable WCCTV Covert Nano CCTV cameras
- 1 Redeployable WCCTV Mini Dome and slave camera
- Internal and external cameras located on it’s Head Office and four Area Offices
The WCCTV systems are operated via the 3g network, whilst all other systems have currently store data on internal hard drives stored securely on site in the vicinity of the camera locations and are accessed via broadband and dedicated BT lines.
The current stock of cameras and associated equipment are in excess of 8 years old and large portions of the cameras are not operational. The CCTV provision of RCT Homes is currently under review pending further renewal. To date, the following numbers of cameras have been upgraded and are in a monitorable state:
Rhondda: 35
Cynon: 10
Taff: 2
All office, overt and covert cameras are operational.
The successful provider will provide a pricing structure to accommodate the pending review of CCTV provision which encompasses variations in camera type (fixed or PTZ), number and location.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=15119.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/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.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32234000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
408000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 01-04-2015 31-03-2019 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(6) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate510 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
RCT022
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications2014/S 151-271588 05-08-2014 |
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 27-10-2014
10:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 10-11-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Please note, TUPE may apply to this contract for 5 FTE's, however this will only apply to Lot 1 of the contract - Out of Hours Telephone Support.
Confirmation of potential TUPE implications will be confirmed at Invitation To Tender stage.
This contract will have a 3 month mobilisation period which will allow time for the TUPE transfer to take place.
(WA Ref:15119)
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:
Tenderers are expected to commit to the delivery of Community Benefits. Within their proposals suppliers may offer delivery of one or more of the following:
1. Provide sponsorship to support to GrEW’s Driving School,
2. Facilitation of work experience placements,
3. Contribute labour and/or materials for RCT Homes Give & Gain days within the community,
4. Donation commitment to Meadow Prospect RCT Homes charitable subsidiary,
5. Provide pro-bono services to RCT Homes and its partners’,
6. Employ staff who reside within the RCT Homes unitary authority,
7. Donation commitment to RCT Homes Apprentice Academy,
8. Appointment of a new direct supplier employed apprentice
Note: The list above is not definitive or exhaustive and suppliers may wish to offer alternative methods and mechanisms of providing Community Benefits.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 18-09-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
RCT Homes |
Ty Pennant, Mill Street |
Pontypridd |
CF37 2SW |
UK |
Procurement (Finance)
Leanne Edwards |
+44 1443494609 |
|
|
www.rcthomes.co.uk |
|
|
ANNEX B
Information About Lots
|
1
Out of Hours Telephone Support |
1)
|
Short Description
RCT Homes manages 650 properties including 25 sheltered housing schemes and 2 supported housing projects, employing a team of scheme coordinators and support staff to provide housing management and support services to our tenants and residents. The housing schemes have “warden call” alarms and hard wired fire alarm systems that link into the central control systems along with a small number dispersed alarms in the sheltered complexes.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32412100 |
|
|
|
|
|
3)
|
Quantity or scope
1. Log all emergency calls requiring action and refer these to the on call Duty Officer. The log of calls and action taken is to be e-mailed to RCT Homes the next working day. If a call does not relate to a repair, there is a requirement for the successful provider to log the call so that staff at RCT Homes can deal with it the following working day if appropriate.
2. The successful supplier will be required to provide a termination point (dedicated telephone number / ideally 0300) to which our priority telephone lines will connect.
RCT Homes has a named member of staff on call to deal with emergencies which cannot be dealt with by the out of hours emergency contractors. This will be provided to the successful supplier upon contract award.
Overall stock numbers for the general needs properties are 10,064
Average Sheltered calls per year = 58490
Average Repair calls per year = 11558
Average ASBO calls per year = 150
Suppliers may also be required to provide these support services within general office hours if RCT Homes headquarters and premises close due to evacuation or Business Continuity Planning scenarios; or on isolated occasions to be pre-determined at contract award.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
It is estimated that the combined value per annum of Lot 1 and 2 is 72000GBP - values per Lot will be provided at the ITT stage.
|
ANNEX B
Information About Lots
|
2
Monitoring and Door Entry Access Services |
1)
|
Short Description
A door entry system provides an increased level of security and protection to residents and door entry calls may be diverted to the successful supplier in the absence of a response from a resident or member of scheme staff;
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
64214200 |
|
|
|
|
|
3)
|
Quantity or scope
In the event of request for access to the scheme the successful supplier shall;
- Check if the caller has called the relevant flat;
- Where possible, check CCTV to validate ID of caller
- Establish the caller’s name;
- Establish the name and flat number of the resident they are visiting;
- Ask the caller to wait whilst checking with the resident;
- Contact the resident with the caller’s details; and only if the resident agrees, release the door lock and admit the caller.
Where a password for named persons which may include Client staff has been agreed with the Scheme Manager or other designated support staff, the successful supplier must list these details on the door entry records. This will be provided to the successful supplier upon contract award and as and when required subject to amendments.
If the caller is a doctor/emergency services the successful supplier must follow the steps set out above unless their visit is at the request of the Monitoring Centre when immediate entry should be allowed following verification of their identity.
If the resident is too ill to respond in the event of a visit from the doctor then the successful supplier must establish the doctor’s identify by asking for the residents’ full name, date of birth and reason for visit; if this is not satisfactory, the successful supplier must get alternative verification. This procedure will be outlined within the “Tier” document which will be provided to the successful supplier upon contract award.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
It is estimated that the value per annum for Lots 1 and 2 is 72000GBP - a value per Lot will be provided at the ITT Stage.
|
ANNEX B
Information About Lots
|
3
CCTV Monitoring |
1)
|
Short Description
RCT Homes operates a number of CCTV systems across Rhondda Cynon Taff comprising:
- 113 Overt Cameras located across its estates- a mixture of PTZ and static cameras located on columns in public spaces, on and inside its housing blocks. Across the borough the cameras are distributed as follows: Rhondda x48 cameras, Cynon x45 cameras, Taff x20 Cameras.
- 2 Redeployable WCCTV Covert Nano CCTV cameras
- 1 Redeployable WCCTV Mini Dome and slave camera
- Internal and external cameras located on it’s Head Office and four Area Offices
The WCCTV systems are operated via the 3g network, whilst all other systems have currently store data on internal hard drives stored securely on site in the vicinity of the camera locations and are accessed via broadband and dedicated BT lines.
The current stock of cameras and associated equipment are in excess of 8 years old and large portions of the cameras are not operational. The CCTV provision of RCT Homes is currently under review pending further renewal. To date, the following numbers of cameras have been upgraded and are in a monitorable state:
Rhondda: 35
Cynon: 10
Taff: 2
All office, overt and covert cameras are operational.
The successful provider will provide a pricing structure to accommodate the pending review of CCTV provision which encompasses variations in camera type (fixed or PTZ), number and location.
1.6.1 The PQQ will be used to assess potential partners to go forward to be invited to respond to the Invitation to Tender (ITT).
1.6.2 It is expected that all partners will have a commitment to co-operative and inclusive working to share best practice and to develop consistent reporting, Key Performance Indicators (KPI’s) and benchmarking. The detail and administrative burden of reporting will be appropriate to the size of any contract issued.
1.6.3 Commencement is generally intended for April 2015 and the duration is intended to be for 4 years (48 months). Progression from year to year will be subject to a formal annual performance review (the final adjudicator of performance being the Client).
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32234000 |
|
|
|
|
|
3)
|
Quantity or scope
AS above
30000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|