UK-King's Lynn: Call centre.

UK-King's Lynn: Call centre.
Section I: Contracting Authority
I.1) Name and addresses
Freebridge Community Housing Limited
Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
Tel. +44 1553666881, Email: procurement@freebridge.org.uk
Contact: Mark Wagg, Senior Administrator Procurement, Insurance and Risk
Main Address: https://www.freebridge.org.uk/, Address of the buyer profile: https://www.freebridge.org.uk/
NUTS Code: UKH16
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Call-centre./5UW364ND5S
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Call-centre./5UW364ND5S to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Out of Hours Call Handling & Telecare Alarm Monitoring Service Contract
Reference Number: C.318
II.1.2) Main CPV Code:
79512000 - Call centre.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: At Freebridge we are reviewing the current Out of Hours Call Handling and Telecare Alarm Monitoring Services contract and require a provider to management and maintain the service outside of our normal operation hours. We currently have 17 Sheltered Scheme sites with approx. 650 residents using our Telecare Alarm service, approx. 700 alarm connections and approx. 8,600 residents across all stock relying on the out of hours call service.

All of our Telecare Alarm equipment is manufactured by ‘Tynetec’ operating on an Open Protocol
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH16 North and West Norfolk

II.2.4) Description of procurement: Freebridge require a provider to management and maintain the service outside of our normal operation hours inline with the specification. We currently have 17 Sheltered Scheme sites with approx. 650 residents using our Telecare Alarm service, approx. 700 alarm connections and approx. 8,600 residents across all stock relying on the out of hours call service.

All of our Telecare Alarm equipment is manufactured by ‘Tynetec’ operating on an Open Protocol
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: 300,000
Currency: 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
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/06/2020 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 2

IV.2.7) Conditions for opening of tenders:
Date: 25/06/2020
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.All communications shall be in English. Tenders and all supporting documentation must be priced in GBP and all payments under the Contract will be in GBP. Any agreement or form of appointment resulting from the invitation to tender (ITT) will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right not to award any part or all parts of the contract. The contracting authority, or its agents, will not be liable for any costs incurred by those tendering for this Contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://freebridge.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Call-centre./5UW364ND5S

To respond to this opportunity, please click here:
https://freebridge.delta-esourcing.com/respond/5UW364ND5S
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2) Body responsible for mediation procedures:
Freebridge Community Housing Limited
Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
Tel. +44 3332404444
Internet address: https://www.freebridge.org.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Freebridge Community Housing Limited
Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
Tel. +44 3332404444
Internet address: https://www.freebridge.org.uk/
VI.5) Date Of Dispatch Of This Notice: 22/05/2020

Annex A