Alarm systems (№6560121)

22 feb

Number: 6560121

Country: Norway

Source: TED


Link to original

To view links to the source need to register

Publication date


22-02-2018

Description


  1. Section I
    1. Name and addresses
      Trondheim kommune
      Postboks 2300 Sluppen
      Trondheim
      7004
      Norway
      Telephone: +47 40827554
      E-mail: [email protected]
    2. Type of the contracting authority:
      Regional or local authority
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Digital safety alarms


        Reference number: 17/7425
      2. Main CPV code:
        35121700, 35121100, 79711000
      3. Type of contract:
        Supplies
      4. Short description:

        Trondheim municipality invites tenderers to a negotiated procedure for a contract for a system for digital safety alarms with options. The contract shall cover both establishment and maintenance.

        Trondheim municipality has entered into a host municipality agreement with Klæbu and Malvik municipalities, which covers safety alarm services for inhabitants in these three municipalities. The contract includes the hire of safety alarms and reception for triggered alarms. Melhus and Midtre Gauldal municipalities have an option on the host municipality agreement and can take up this option during the contract period. If Melhus and Midtre Gauldal municipalities take up the option in the host municipality agreement, the total estimated need for alarms will increase by approx. 350. See the tender documentation point 2.3 amendment clauses.


      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 34 819 966.00 NOK
    2. Description
      1. Title:
      2. Additional CPV code(s):
        35121100, 79711000
      3. Place of performance:
        Main site or place of performance:

        Trondheim.


      4. Description of the procurement:

        The contracting authority needs to procure a new system for digital safety alarms to replace the current analogue alarm system. The new system shall be established as an integrated part of the contracting authority"s duty centre for unplanned health needs. A separate system for a response centre has already been procured and put into operation and the new system shall be integrated with this.

        It is important for the contracting authority that the system is future orientated and, through open and standardised interface, can easily be connected to new technology as and when it is developed by the tenderer or other actors within this area. The aim is that, in the long term, joint technical systems can be established that will cover the service recipients´ needs for safety both at home and outside.

        The contracting authority would like to lease the necessary equipment that is to be included as a part of this delivery and the need shall, as a minimum, cover 4300 stationary safety alarms, 400 smoke alarms and 10 alarms for wandering (door alarms). Furthermore, there is a need for more than 25 adaptations to special equipment that will be used by persons with very special needs. The transition from analogue to digital alarms shall be carried out by the end of 2018 at the latest.

        In addition, the expectation is a greater degree of digitalisation in the actual service in order to reduce the need for paper based systems and to have a more efficient work process for employees. It is expected that some of the digitalisation process can be carried out as a natural part of the transition to the new system, but there will be a need for further functionality for the digitalisation of the work processes in the service. See SSA-T Annex 4 for details on how the delivery is proposed to be divided up. See the attached documents.


      5. Award criteria:
        Quality criterion - Name: Quality (ex. options, if any) / Weighting: 35.
        Quality criterion - Name: Quality (options) / Weighting: 20
        Quality criterion - Name: Implementation ability / Weighting: 20
        Price - Weighting: 25
      6. Information about options:
        Options: yesDescription of options:

        As a result of the continual ongoing process for service development, the contracting authority will need the following options as a part of this tender enquiry:

        — system for safety outside (short term),

        — system for safety outside (long term),

        — system for remote medical follow-up,

        — system for colleague support,

        — application operation at the supplier.

        The contracting authority would primarily like to install a new system within the secure zone in a separate operational environment, but requests, however, an option for application operation at the supplier.


      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        Contract value = the evaluation period (five years) NOK 34 819 966 excluding VAT.

        The final contract value is dependant on the length of the agreement in accordance with SSA-V (Statens standardavtale vedlikeholdsavtalen) [the State’s standard agreement - maintenance agreement) chapter 4.1. length.


  3. Section IV
    1. Description:
      1. Type of procedure:
        Competitive procedure with negotiation
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 118-238666
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
    2. Award of contract
      1. Date of conclusion of the contract: 2018-02-20
      2. Information about tenders:
        Number of tenders received: 4
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Atea AS
        976239997
        Oslo
        0667
        Norway
        Telephone: +47 2209950000
        E-mail: [email protected]
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 34 819 966.00 NOK
      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      Contract value = the evaluation period (five years) NOK 34 819 966 excluding VAT.

      The final contract value is dependant on the length of the agreement in accordance with SSA-V (Statens standardavtale vedlikeholdsavtalen) [the State’s standard agreement - maintenance agreement) chapter 4.1. length.


    2. Procedures for review
      1. Review body
        KOFA
        Postboks 511 Sentrum
        Bergen
        5805
        Norway
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2018-02-21