Provision of a Call Monitoring and Alarm Receiving Centre to Respond to Community Alarm and Telecare Activations

Award

Value

£1,368,900

Classifications

  • Alarm-monitoring services
  • Call centre
  • Alarm systems
  • Patient-monitoring system

Tags

  • award
  • contract

Published

1 year ago

Description

Commencing 1st May 2024, North Ayrshire Council (“NAC”) requires a supplier to manage all call monitoring and call receiving in response to community alarm activations from vulnerable service users in the community, and to respond appropriately to those calls.
The Health and Social Care Partnership (“HSCP”) has approximately 4,500 service users with community alarms installed in their homes, and each service user is also likely to have a number of additional peripheral technologies (e.g. fall detectors, smoke alarms etc). It is anticipated that there will be approximately 22000 - 24000 foreground alarm activations each month.
The contract will be awarded using NACs standard conditions of contract for services.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Respiratory Solutions

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of Respiratory Solutions 2026 under the following Lot structure: Lot 1: Respiratory Therapy; Lot 2: Anaesthesia and Resuscitation; Lot 3: Diagnostics; Lot 4: Nitrous Oxide destruction Solutions; and Lot 5: Respiratory Support Services For Lots 1 to 4 Tenderers can submit for one, more than one Lot, or all of the Lots detailed above. However ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated. Further details about the requirements within each Lot are provided in the tender documentation. The term of the contracts formed under the proposed Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. Note: There are 5 supplier requirements for which further reading can be found here: Net Zero Supply Chain and Suppliers Please also observe the following for future tenders, the following requirements will include but are not limited to the following or subject to change: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderers and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage, and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12-months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment within 12 months of the Tender Publication Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. CRP has to be dated within the 12 months prior to tender close date. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to hold Cyber Security Essentials Plus Certification. • Data Security Protection Toolkit (DSPT): if you process patient data further details about the cyber security requirements are provided in the tender documentation.

Katy Reed

Published 1 week ago
Open

ITT for the Procurement of Mechanical & Electrical Works, Goods and Services, and Fire, Safety and Security Works, Goods and Services.

ITT for the Procurement of Mechanical & Electrical Works Goods and Services, and Fire, Safety and Security Works Goods and Services. Unique Identifier: DBCMEFSS0001 Contracting Authority: DACORUM BOROUGH COUNCIL of The Forum, Marlowes, Hemel Hempstead, Hertfordshire HP1 1DN (the “Client”) Contract for Goods/Services or Works: Works, Goods and Services Contract Subject-Matter: This Lot will include, but is not limited to, the Goods and Services identified below, it will include associated services such as new supply connections, general plumbing, pipework, and all other maintenance, replacement, and installation activities directly related to the Goods and Services. 1. Air Conditioning installation, replacement, servicing and maintenance including statutory inspections in relation to EPBD compliance (CIBSE TM44 guidance). 2. Booster Pump Installation 3. Booster Pump Servicing 4. Broadband Installation (Landlord areas) 5. Digital IRS Installation 6. Digital IRS Servicing 7. Disabled Adaptation Installation (M&E – such as audio/visual aids) 8. Disabled Adaptation Servicing (M&E) 9. Commercial Rewire (inc. high voltage) 10. Domestic Rewire 11. EICR (BLOCK) 12. EICR (COMMERCIAL) 13. EICR (DWELLING) 14. Electric Vehicle Charging Installation 15. Electric Vehicle Charging Servicing 16. Fire & Smoke Detection Installation (Domestic Dwellings) 17. Lightning Conductor Installation 18. Lightning Conductor Servicing 19. Portable Appliance (PAT) Testing 20. Rising & Lateral Mains Upgrade (Blocks/Buildings) Fire, Safety and Security This Lot will include, but is not limited to, the below Goods and Services including passive and active fire safety works. The Contracting Authority reserves the right to amend the contents of this Lot. This lot excludes Fire Risk Assessments: 1. Alarm Monitoring Services 2. Automatic Opening Vent Installation 3. Automatic Opening Vent Servicing 4. Automatic Barriers Installation 5. Automatic Barriers Servicing 6. Automatic Doors Installation 7. Automatic Doors Servicing 8. Door Entry Installation (Commercial) 9. Door Entry Installation (Domestic) 10. Door Entry Servicing 11. Dry Riser Servicing 12. Emergency Lighting Installation (Domestic & Commercial) 13. Emergency Lighting Servicing (Domestic & Commercial) 14. Fire Alarm Installation (Domestic & Commercial) 15. Fire Alarm Servicing (Domestic & Commercial) 16. Fall Arrest System Servicing and Remedials 17. Fire Alarm Installation (Communal) 18. Fire Alarm Servicing/Testing 19. Fire Equipment Installation 20. Fire Equipment Servicing/Testing 21. Personal Protection Water Misting System Installation 22. Personal Protection Water Misting System Servicing 23. Sprinkler Installation 24. Sprinkler Servicing 25. Suppression Systems Installation 26. Suppression Systems Servicing 27. Warden Call System Installation 28. Warden Call System Servicing/Testing 29. Wet Riser Servicing Conditions of Participation of the Tender Process, (To be confirmed):

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

William Tomelty

[email protected]

+44 1294324354

+44 1315577465

[email protected]

+44 1563550024

Timeline complete

Publish
Bid
Evaluate
Award
Complete