Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Care Technology Service |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Essex County Council is seeking to establish a framework agreement for the provision of care technology services. The services shall be split in to two lots with one (1) supplier being appointed Lot 1 and up to four (4) suppliers being appointed to Lot 2. The Service will initially be available to adults (18+) with eligible social care needs but the Contractor(s) should have the capacity to expand to other areas, such as the 0-25 service, transition services, NHS partners and programmes of health and social care integration and housing. |
Published: | 21/11/2019 16:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Tel. +44 3330136501, Email: michael.porter@essex.gov.uk
Contact: Michael Porter
Main Address: www.essex.gov.uk
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./7X779J55UX
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Care Technology Service
Reference Number: 0799
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Essex County Council is seeking to establish a framework agreement for the provision of care technology services. The services shall be split in to two lots with one (1) supplier being appointed Lot 1 and up to four (4) suppliers being appointed to Lot 2.
The Service will initially be available to adults (18+) with eligible social care needs but the Contractor(s) should have the capacity to expand to other areas, such as the 0-25 service, transition services, NHS partners and programmes of health and social care integration and housing.
II.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Managed Care Technology Service
Lot No: 1
II.2.2) Additional CPV codes:
72100000 - Hardware consultancy services.
85000000 - Health and social work services.
51300000 - Installation services of communications equipment.
32500000 - Telecommunications equipment and supplies.
85300000 - Social work and related services.
72300000 - Data services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: •Assessment of adults’ care technology needs;
•Fulfilment of care technology to meet the outcomes of the adult following assessment;
•Installation of care technology (including any training / support for users and carers);
•Maintenance of installed care technology equipment;
•Review of installed care technology equipment;
•Decommissioning and recycling of installed care technology
•Innovation, culture change and awareness raising;
•Trails of new care technology with specific cohorts
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7X779J55UX
II.2) Description Lot No. 2
II.2.1) Title: Monitoring and Response Service
Lot No: 2
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
72300000 - Data services.
85300000 - Social work and related services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The Supplier(s) will manage and operate a monitoring centre which will be available 24 hours a day, seven (7) days a week, 365 days a year.
The monitoring centre will contain appropriately trained call handlers to monitor, triage and respond to citizen’s calls and alerts received by the mobile response centre, from the adults’ care technology.
The monitoring centre will respond proactively, but also reactively, to events, behaviour, patterns and anomalies that are monitored, through a combination of automated and human contact (as appropriate).
When a call or alert is received, the Supplier(s) will deliver an appropriate and proportionate response, not limited to:
•providing verbal reassurance and/or basic advice over the phone,
•engaging the named contact or key holder,
•contacting community-based health or social care services (where the agreements for this exist),
•Dispatch a response service when verbal reassurance, basic advice, engaging with the named carer/keyholder or contacting the emergency services is not most effective response to the alert.
•contacting the emergency services
The Response Service will provide a physical response to activations received by the monitoring centre; where;
•the activation requires a physical response
•the carer/key holder can’t attend the activation
•the monitoring centre assesses the activation as not requiring intervention by the emergency services
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/01/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 10/01/2020
Time: 12:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The framework will be open for use by the following organisations; NHS Mid Essex Clinical Commissioning Group, NHS North East Essex Clinical Commissioning Group, NHS Castle Point and Rochford Clinical Commissioning Group, NHS Basildon and Brentwood Clinical Commissioning Group and NHS West Essex Clinical Commissioning Group.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./7X779J55UX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7X779J55UX
VI.4) Procedures for review
VI.4.1) Review body:
High Court, Royal Courts of Justice
Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, Fax. +44 2079476000, Email: qbenquiries@justice.gov.uk
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures:
High Court, Royal Courts of Justice
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
High Court, Royal Courts of Justice
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/11/2019
Annex A