ESPO : Telecare and Telehealth Solutions Framework - 201/13

  ESPO has published this notice through Delta eSourcing

Notice Summary
Title: Telecare and Telehealth Solutions Framework - 201/13
Notice type: Contract Notice
Authority: ESPO
Nature of contract: Supplies
Procedure: Open
Short Description: The Eastern Shires Purchasing Organisation (ESPO) is one of the UK's largest public sector procurement organisations. Our purpose is to provide our member local authorities and other clients with a comprehensive, cost effective procurement service covering a diverse range of products and services, as well as offering a professional procurement consultancy, assisting clients with complex procurement projects. ESPO, on behalf of the Pro5 social care category team, intends to establish a new framework agreement for the provision of Telecare and Telehealth solutions. The framework will be divided into 3 lots – Lot 1 - An online catalogue of telecare and telehealth products. We intend to award this element of the framework agreement to a single supplier, whose role will be to produce , host and maintain a ‘one-stop shop’ catalogue of relevant telecare and telehealth products (and possibly some related services too). The supplier will support the online catalogue by managing a supply chain of manufacturers and product resellers with the aim of ensuring that the products required by commissioners are available (including new products introduced during the life of the Catalogue. The supplier will facilitate the entire transaction process, making the framework streamlined and efficient for commissioners to use – they will simply place an order. The catalogue may also be available directly to individual service users wishing to spend their allocated personal budgets. The key feature of the online catalogue is that it will be ‘dynamic’ – which means that the products included in the catalogue can be updated, increased or revised at any time in response to innovations in the market place and evolving client needs. Lot 2 - Managed service provision. For those service commissioners who wish effectively to outsource some or all of their telecare / telehealth provision, lot 2 will comprise a list of proven, specialist suppliers who are able to undertake this for them. This may include some or all of: service user assessment, equipment supply, service monitoring, and response. This lot will primarily be accessed by means of a secondary competition, in which the service commissioner will invite tenders from only those suppliers listed in the framework. Depending on the quality of the responses, we intend to restrict the number of suppliers included in lot 2 to approximately 6. Lot 3 - Specialist consultancy service. This lot will comprise a list of suitably experienced consultants who are able to provide specialist advice to commissioners on the topics of telecare and telehealth, and assist in the specification, implementation and management of such schemes. Consultancy services will be accessed either by secondary competition, or by direct call-off at tendered hourly or daily rates. As this is an entirely new framework, Pro5 cannot accurately predict the likely value, volume or timings of requirements under the framework, however Pro5 will work closely with the appointed suppliers to actively market the framework across the Country. A number of Local Authorities have already confirmed interest in accessing the framework, and these include North Yorkshire County Council, North Lincolnshire Council and North Hertfordshire District Council. Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx
Published: 21/06/2013 16:18

View Full Notice

UK-Leicester: Patient-monitoring system.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      ESPO, for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (see http://www.espo.org/about-us/collaborative-procurement.aspx)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Contact: tenders@espo.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Other: Local Authority Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Telecare and Telehealth Solutions Framework - 201/13
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 60,000,000 and 420,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Patient-monitoring system. Installation services of communications equipment. Telecommunications services. Telecommunications equipment and supplies. Community health services. Health and social work services. Telecommunication consultancy services. The Eastern Shires Purchasing Organisation (ESPO) is one of the UK's largest public sector procurement organisations. Our purpose is to provide our member local authorities and other clients with a comprehensive, cost effective procurement service covering a diverse range of products and services, as well as offering a professional procurement consultancy, assisting clients with complex procurement projects.
ESPO, on behalf of the Pro5 social care category team, intends to establish a new framework agreement for the provision of Telecare and Telehealth solutions.

The framework will be divided into 3 lots –
Lot 1 - An online catalogue of telecare and telehealth products. We intend to award this element of the framework agreement to a single supplier, whose role will be to produce , host and maintain a ‘one-stop shop’ catalogue of relevant telecare and telehealth products (and possibly some related services too). The supplier will support the online catalogue by managing a supply chain of manufacturers and product resellers with the aim of ensuring that the products required by commissioners are available (including new products introduced during the life of the Catalogue. The supplier will facilitate the entire transaction process, making the framework streamlined and efficient for commissioners to use – they will simply place an order. The catalogue may also be available directly to individual service users wishing to spend their allocated personal budgets.
   
The key feature of the online catalogue is that it will be ‘dynamic’ – which means that the products included in the catalogue can be updated, increased or revised at any time in response to innovations in the market place and evolving client needs.

Lot 2 - Managed service provision. For those service commissioners who wish effectively to outsource some or all of their telecare / telehealth provision, lot 2 will comprise a list of proven, specialist suppliers who are able to undertake this for them. This may include some or all of: service user assessment, equipment supply, service monitoring, and response. This lot will primarily be accessed by means of a secondary competition, in which the service commissioner will invite tenders from only those suppliers listed in the framework. Depending on the quality of the responses, we intend to restrict the number of suppliers included in lot 2 to approximately 6.

Lot 3 - Specialist consultancy service. This lot will comprise a list of suitably experienced consultants who are able to provide specialist advice to commissioners on the topics of telecare and telehealth, and assist in the specification, implementation and management of such schemes. Consultancy services will be accessed either by secondary competition, or by direct call-off at tendered hourly or daily rates.

As this is an entirely new framework, Pro5 cannot accurately predict the likely value, volume or timings of requirements under the framework, however Pro5 will work closely with the appointed suppliers to actively market the framework across the Country. A number of Local Authorities have already confirmed interest in accessing the framework, and these include North Yorkshire County Council, North Lincolnshire Council and North Hertfordshire District Council.

Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
         
      II.1.6)Common Procurement Vocabulary:
         33195000 - Patient-monitoring system.
         
         51300000 - Installation services of communications equipment.
         
         64200000 - Telecommunications services.
         
         32500000 - Telecommunications equipment and supplies.
         
         85323000 - Community health services.
         
         85000000 - Health and social work services.
         
         71316000 - Telecommunication consultancy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The value of GBP 60,000,000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 60,000,000 to GBP 420,000,000 for the duration (including the extension option referred to at Section II.2.2)      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 26/08/2013
         Completion: 25/08/2017

   Information About Lots
            
      Lot No: 1
      Title: An online catalogue of telecare and telehealth products.

      1)Short Description:      
      We intend to award this element of the framework agreement to a single supplier, whose role will be to produce , host and maintain a ‘one-stop shop’ catalogue of relevant telecare and telehealth products (and possibly some related services too). The supplier will support the online catalogue by managing a supply chain of manufacturers and product resellers with the aim of ensuring that the products required by commissioners are available (including new products introduced during the life of the Catalogue. The supplier will facilitate the entire transaction process, making the framework streamlined and efficient for commissioners to use – they will simply place an order. The catalogue may also be available directly to individual service users wishing to spend their allocated personal budgets.

The key feature of the online catalogue is that it will be ‘dynamic’ – which means that the products included in the catalogue can be updated, increased or revised at any time in response to innovations in the market place and evolving client needs.

Full details on Lots are provided in the invitation to tender.

      2)Common Procurement Vocabulary:
         33195000 - Patient-monitoring system.
                  32500000 - Telecommunications equipment and supplies.
                  64200000 - Telecommunications services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            Full details on Lots are provided in the invitation to tender.      
      Lot No: 2
      Title: Managed service provision.

      1)Short Description:      
      For those service commissioners who wish effectively to outsource some or all of their telecare / telehealth provision, lot 2 will comprise a list of proven, specialist suppliers who are able to undertake this for them. This may include some or all of: service user assessment, equipment supply, service monitoring, and response. This lot will primarily be accessed by means of a secondary competition, in which the service commissioner will invite tenders from only those suppliers listed in the framework. Depending on the quality of the responses, we intend to restrict the number of suppliers included in lot 2 to approximately 6.

Full details on Lots are provided in the invitation to tender.

      2)Common Procurement Vocabulary:
         85000000 - Health and social work services.
                  33195000 - Patient-monitoring system.
                  51300000 - Installation services of communications equipment.
                  64200000 - Telecommunications services.
                  32500000 - Telecommunications equipment and supplies.
                  85323000 - Community health services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            Full details on Lots are provided in the invitation to tender.      
      Lot No: 3
      Title: Specialist consultancy service.

      1)Short Description:      
      This lot will comprise a list of suitably experienced consultants who are able to provide specialist advice to commissioners on the topics of telecare and telehealth, and assist in the specification, implementation and management of such schemes. Consultancy services will be accessed either by secondary competition, or by direct call-off at tendered hourly or daily rates.

Full details on Lots are provided in the invitation to tender.

      2)Common Procurement Vocabulary:
         85000000 - Health and social work services.
                  71316000 - Telecommunication consultancy services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            Full details on Lots are provided in the invitation to tender.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.

2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As detailed in the invitation to tender      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         As detailed in the invitation to tender
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         As detailed in the invitation to tender      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 201/13      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2012/S 193 - 317548 of 06/10/2012
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 16/07/2013

         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/07/2013
         Time: 17:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=64259682
GO-2013621-PRO-4896653 TKR-2013621-PRO-4896652
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: ESPO on behalf of Pro5, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/06/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      organisations stated in section II.1.5
      further infortmation contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom

View any Notice Addenda

Telecare and Telehealth Solutions Framework - 201/13

UK-Leicester: Patient-monitoring system.

Section I: Contracting Authority
   Title: UK-Leicester: Patient-monitoring system.
   I.1)Name, Addresses And Contact Point(s)
      ESPO, for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (see http://www.espo.org/about-us/collaborative-procurement.aspx)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Contact: tenders@espo.org
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Telecare and Telehealth Solutions Framework - 201/13
      II.1.2)Short description of the contract or purchase:
      Patient-monitoring system. Installation services of communications equipment. Telecommunications services. Telecommunications equipment and supplies. Community health services. Health and social work services. Telecommunication consultancy services. The Eastern Shires Purchasing Organisation (ESPO) is one of the UK's largest public sector procurement organisations. Our purpose is to provide our member local authorities and other clients with a comprehensive, cost effective procurement service covering a diverse range of products and services, as well as offering a professional procurement consultancy, assisting clients with complex procurement projects.
ESPO, on behalf of the Pro5 social care category team, intends to establish a new framework agreement for the provision of Telecare and Telehealth solutions.

The framework will be divided into 3 lots –
Lot 1 - An online catalogue of telecare and telehealth products. We intend to award this element of the framework agreement to a single supplier, whose role will be to produce , host and maintain a ‘one-stop shop’ catalogue of relevant telecare and telehealth products (and possibly some related services too). The supplier will support the online catalogue by managing a supply chain of manufacturers and product resellers with the aim of ensuring that the products required by commissioners are available (including new products introduced during the life of the Catalogue. The supplier will facilitate the entire transaction process, making the framework streamlined and efficient for commissioners to use – they will simply place an order. The catalogue may also be available directly to individual service users wishing to spend their allocated personal budgets.
   
The key feature of the online catalogue is that it will be ‘dynamic’ – which means that the products included in the catalogue can be updated, increased or revised at any time in response to innovations in the market place and evolving client needs.

Lot 2 - Managed service provision. For those service commissioners who wish effectively to outsource some or all of their telecare / telehealth provision, lot 2 will comprise a list of proven, specialist suppliers who are able to undertake this for them. This may include some or all of: service user assessment, equipment supply, service monitoring, and response. This lot will primarily be accessed by means of a secondary competition, in which the service commissioner will invite tenders from only those suppliers listed in the framework. Depending on the quality of the responses, we intend to restrict the number of suppliers included in lot 2 to approximately 6.

Lot 3 - Specialist consultancy service. This lot will comprise a list of suitably experienced consultants who are able to provide specialist advice to commissioners on the topics of telecare and telehealth, and assist in the specification, implementation and management of such schemes. Consultancy services will be accessed either by secondary competition, or by direct call-off at tendered hourly or daily rates.

As this is an entirely new framework, Pro5 cannot accurately predict the likely value, volume or timings of requirements under the framework, however Pro5 will work closely with the appointed suppliers to actively market the framework across the Country. A number of Local Authorities have already confirmed interest in accessing the framework, and these include North Yorkshire County Council, North Lincolnshire Council and North Hertfordshire District Council.

Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
      
      II.1.3)Common procurement vocabulary:
      33195000 - Patient-monitoring system.
      
      51300000 - Installation services of communications equipment.
      
      64200000 - Telecommunications services.
      
      32500000 - Telecommunications equipment and supplies.
      
      85323000 - Community health services.
      
      85000000 - Health and social work services.
      
      71316000 - Telecommunication consultancy services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: 201/13      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 110490
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 121 - 206912 of 25/06/2013      
      IV.2.4)Date of dispatch of the original Notice: 21/06/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: IV.3.4
            
            Instead of: 23rd July 2013
            
            Read: 6th August 2013

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4            
            Instead of: 23/07/2013 Time: 17:00
            Read: 06/08/2013 Time: 17:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=68262326
GO-2013723-PRO-4977593 TKR-2013723-PRO-4977592

      VI.5)Date of dispatch: 23/07/2013

View Award Notice

UK-Leicester: Patient-monitoring system.

Section I: Contracting Authority
   Title: UK-Leicester: Patient-monitoring system.
   I.1)Name, Addresses and Contact Point(s):
      ESPO, for itself and on behalf of the 'Pro 5' Group of Professional Buying Organisations (see http://www.espo.org/about-us/collaborative-procurement.aspx)
      Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
      Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
      Contact: tenders@espo.org

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Telecare and Telehealth Solutions Framework - 201/13      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Patient-monitoring system. Installation services of communications equipment. Telecommunications services. Telecommunications equipment and supplies. Community health services. Health and social work services. Telecommunication consultancy services. The Eastern Shires Purchasing Organisation (ESPO) is one of the UK's largest public sector procurement organisations. Our purpose is to provide our member local authorities and other clients with a comprehensive, cost effective procurement service covering a diverse range of products and services, as well as offering a professional procurement consultancy, assisting clients with complex procurement projects.
ESPO, on behalf of the Pro5 social care category team, intends to establish a new framework agreement for the provision of Telecare and Telehealth solutions.

The framework will be divided into 3 lots –
Lot 1 - An online catalogue of telecare and telehealth products. We intend to award this element of the framework agreement to a single supplier, whose role will be to produce , host and maintain a ‘one-stop shop’ catalogue of relevant telecare and telehealth products (and possibly some related services too). The supplier will support the online catalogue by managing a supply chain of manufacturers and product resellers with the aim of ensuring that the products required by commissioners are available (including new products introduced during the life of the Catalogue. The supplier will facilitate the entire transaction process, making the framework streamlined and efficient for commissioners to use – they will simply place an order. The catalogue may also be available directly to individual service users wishing to spend their allocated personal budgets.
   
The key feature of the online catalogue is that it will be ‘dynamic’ – which means that the products included in the catalogue can be updated, increased or revised at any time in response to innovations in the market place and evolving client needs.

Lot 2 - Managed service provision. For those service commissioners who wish effectively to outsource some or all of their telecare / telehealth provision, lot 2 will comprise a list of proven, specialist suppliers who are able to undertake this for them. This may include some or all of: service user assessment, equipment supply, service monitoring, and response. This lot will primarily be accessed by means of a secondary competition, in which the service commissioner will invite tenders from only those suppliers listed in the framework. Depending on the quality of the responses, we intend to restrict the number of suppliers included in lot 2 to approximately 6.

Lot 3 - Specialist consultancy service. This lot will comprise a list of suitably experienced consultants who are able to provide specialist advice to commissioners on the topics of telecare and telehealth, and assist in the specification, implementation and management of such schemes. Consultancy services will be accessed either by secondary competition, or by direct call-off at tendered hourly or daily rates.

As this is an entirely new framework, Pro5 cannot accurately predict the likely value, volume or timings of requirements under the framework, however Pro5 will work closely with the appointed suppliers to actively market the framework across the Country. A number of Local Authorities have already confirmed interest in accessing the framework, and these include North Yorkshire County Council, North Lincolnshire Council and North Hertfordshire District Council.

Whilst initially for use by local authorities served by the Pro5 Group (a collaboration between CBC, NEPO, ESPO, YPO and the wider public sector), being Central Purchasing Bodies as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
      II.1.5)Common procurement vocabulary:
         33195000 - Patient-monitoring system.
         51300000 - Installation services of communications equipment.
         64200000 - Telecommunications services.
         32500000 - Telecommunications equipment and supplies.
         85323000 - Community health services.
         85000000 - Health and social work services.
         71316000 - Telecommunication consultancy services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Lowest offer: 60,000,000 /Highest offer: 420,000,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Lot 1 Price - 50
         Lot 1 Quality - 50
         Lot 2 Quality - 90
         Lot 2 Price - 10
         Lot 3 Price - 50
         Lot 3 Quality - 50
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 201/13         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2012/S 193 - 317548 of 06/10/2012         
         
          Contract notice    
         Notice number in OJ: 2013/S 121 - 206912 of 25/06/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 21/11/2013      
      V.2) Information About Offers
         Number Of Offers Received: 34          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: BOC Ltd (Healthcare Division) - Lot 2 award
         Postal address: 10 Priestley Road
         Town: Guildford
         Postal code: GU2 7XY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: British Telecommunications plc - Lots 1,2 & 3 Award
         Postal address: 81 Newgate Street
         Town: London
         Postal code: EC1A 7AJ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Capita Managed Services Ltd - Lots 2&3 Award
         Postal address: 71 Victoria Street, Westminster
         Town: London
         Postal code: SW1H 0XA
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Channel 3 Consulting Ltd - Lot 3 Award
         Postal address: 1 The Crescent
         Town: Leatherhead
         Postal code: KT22 8DH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Charles Lowe Consulting Ltd - Lot 3 Award
         Postal address: 58 Grange Road, Ealing
         Town: London
         Postal code: W5 5BX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   6: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Circle Housing Group - Lot 2 Award
         Postal address: Circle House, 1 - 3 Highbury Station Road
         Town: London
         Postal code: N1 1SE
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   7: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: CSC Computer Sciences Ltd - Lots 2&3 Award
         Postal address: Royal Pavilion, Wellesley Road
         Town: Aldershot
         Postal code: GU11 1PZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   8: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Herefordshire Housing Ltd - Lot 3 Award
         Postal address: Legion Way
         Town: Hereford
         Postal code: HR1 1LN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   9: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: InTechnology PLC - Lot 3 Award
         Postal address: Central House, Beckwith Knowle
         Town: Harrogate
         Postal code: HG3 1UG
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   10: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Kokomo Healthcare - Lot 3 Award
         Postal address: 33 Annavilla
         Town: Ranelagh
         Postal code: Dublin 6
         Country: Ireland
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   11: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Merck Sharpe and Dohme (MSD) - Lot 3 Award
         Postal address: Hertford Road
         Town: Hoddesdon
         Postal code: EN11 9BU
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   12: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Medvivo Group Ltd - Lot 2 Award
         Postal address: Oakhill House, 130 Tonbridge Road, Hildenborough
         Town: Tonbridge
         Postal code: TN11 9DZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   13: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: PA Consulting Services Ltd - Lots 2 & 3 Award
         Postal address: 123 Buckingham Palace Road
         Town: London
         Postal code: SW1W 9SR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   14: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Philips Healthcare - Lots 2 & 3 Award
         Postal address: Philips Centre, Guildford Business Park
         Town: Guildford
         Postal code: GU2 8XH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   15: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Pousache Ltd - Lot 3 Award
         Postal address: 28 Swale Grove
         Town: Bingham
         Postal code: NG13 8YT
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   16: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Quo Imus Ltd (t/a Qi Consulting) - Lot 3 Award
         Postal address: Southbank House, Black Prince Road
         Town: London
         Postal code: SE1 7SJ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   17: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Rigney Dolphin - Lot 3 Award
         Postal address: Unit 10 -11, IDA Industrial Estate, Cork Road
         Town: Waterford
         Country: Ireland
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   18: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Silicon & Software Systems Ltd (t/a S3 Group) - Lot 3 Award
         Postal address: South County Business Park
         Town: Leopardstown
         Postal code: Dublin 18
         Country: Ireland
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   19: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: South East Health Technologies Alliance - Lot 3 Award
         Postal address: Tanglewood, Well Street, Loose
         Town: Maidstone
         Postal code: ME15 0QF
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   20: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: TBS GB Telematic & Biomedical Services Ltd - Lot 3 Award
         Postal address: Central House, 8 Clifftown Road
         Town: Southend-on-Sea
         Postal code: SS1 1AB
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   21: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Tunstall Healthcare (UK) Ltd - Lots 2 & 3 Award
         Postal address: Whitley Lodge, Whitley Bridge
         Town: Whitley Bridge
         Postal code: DN14 0HR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   22: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: VS Corporate Consulting - Lot 3 Award
         Postal address: Michael House, Castle Street
         Town: Exeter
         Postal code: EX4 3LQ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=81111184
GO-20131231-PRO-5365833 TKR-20131231-PRO-5365832   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: ESPO on behalf of Pro5, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 31/12/2013   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Organisations stated in Section II.1.4
      further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom