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
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
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
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