Northern Housing Consortium Ltd: Technology Enabled Lives Framework - 23-27

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Technology Enabled Lives Framework - 23-27
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable: Lot 1: Product Catalogue; Lot 2: Installation; Lot 3: Repairs and Maintenance — Sub lot 3.1 Repairs and Maintenance - Digital — Sub lot 3.1 Repairs and Maintenance - Analogue — Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment Lot 4:Call Monitoring and Mobile Response. — Sub lot 4.1 Call Monitoring, — Sub lot 4.2 Mobile Response, — Sub lot 4.3 Call Monitoring and Mobile Response,
Published: 17/08/2023 18:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sunderland: Repair and maintenance services of medical equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
             Tel. +44 1915661035, Email: tenders@consortiumprocurement.org.uk
             Contact: Drew Frame
             Main Address: www.consortiumprocuirement.org.uk
             NUTS Code: UK
      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: Yes.
      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-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5
      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
            Other type:: Central Purchasing Body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Technology Enabled Lives Framework - 23-27       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50421000 - Repair and maintenance services of medical equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable:
Lot 1: Product Catalogue;
Lot 2: Installation;
Lot 3: Repairs and Maintenance
— Sub lot 3.1 Repairs and Maintenance - Digital
— Sub lot 3.1 Repairs and Maintenance - Analogue
— Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment
Lot 4:Call Monitoring and Mobile Response.
— Sub lot 4.1 Call Monitoring,
— Sub lot 4.2 Mobile Response,
— Sub lot 4.3 Call Monitoring and Mobile Response,       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Members may call of for one or a combination of lots/sublots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Product Catalogue       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      33190000 - Miscellaneous medical devices and products.
      33100000 - Medical equipments.
      33196000 - Medical aids.
      33196200 - Devices for the disabled.
      35121700 - Alarm systems.
      32552120 - Emergency telephones.
      35100000 - Emergency and security equipment.
      31625100 - Fire-detection systems.
      45312000 - Alarm system and antenna installation work.
      45314000 - Installation of telecommunications equipment.
      51110000 - Installation services of electrical equipment.
      51410000 - Installation services of medical equipment.
      33123210 - Cardiac-monitoring devices.
      38311000 - Electronic scales and accessories.
      33195200 - Central monitoring station.
      50421000 - Repair and maintenance services of medical equipment.
      50342000 - Repair and maintenance services of audio equipment.
      32546000 - Digital switching equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.
      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: 200,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: LOT 1 is pass/fail only. To pass this LOT Bidders must submit a compliant product catalogue, meeting all requirements as detailed in Schedule 3 Pricing and Schedule 3a Pricing Instructions. For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.
      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/AMU92F7MT5       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 Installation       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45312000 - Alarm system and antenna installation work.
      45314000 - Installation of telecommunications equipment.
      51110000 - Installation services of electrical equipment.
      51410000 - Installation services of medical equipment.
      45310000 - Electrical installation work.
      45312100 - Fire-alarm system installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the installation (and product supply when required) of telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment.
As a minimum Supply Partners must be able to deliver;
•Installation of new, digital equipment;
Supply Partners must be able to maintain a range of manufacturers’ equipment.
      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: 1,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3.1 - Repairs and Maintenance - Digital       
      Lot No: 3.1       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50333000 - Maintenance services of radio-communications equipment.
      50334400 - Communications system maintenance services.
      50421000 - Repair and maintenance services of medical equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.
As a minimum Supply Partners must be able to deliver;
•Provision of new equipment;
•On-going planned servicing; and
•Reactive repairs.
Supply Partners must be able to maintain a range of manufacturers’ equipment.
      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: 30,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: the scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 3.2 - Repair and Maintenance of Analogue Products       
      Lot No: 3.2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50333000 - Maintenance services of radio-communications equipment.
      50334400 - Communications system maintenance services.
      50421000 - Repair and maintenance services of medical equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.
As a minimum Supply Partners must be able to deliver;
•Provision of new equipment;
•On-going planned servicing; and
•Reactive repairs.
Supply Partners must be able to maintain a range of manufacturers’ equipment.
      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: 30,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 3.3 - Repairs and Maintenance of Call Receiving Centres       
      Lot No: 3.3       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      79512000 - Call centre.
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.
      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: 5,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (ormore in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 4.1 - Call monitoring       
      Lot No: 4.1       
      II.2.2) Additional CPV codes:
      79512000 - Call centre.
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/accesscontrol systems and grouped/hard wired schemes. Member organisations calling off from this frameworkagreement may require other types of calls monitored which will include;
•Out of hours call monitoring
•GPS device monitoring
•Location monitoring
•Lone worker monitoring/support
•Repairs reporting
•Environmental reporting
•Anti-social behaviour reporting
•Out of hours housing support services
•Disaster recovery
•Signposting
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 4.2 - Mobile Response       
      Lot No: 4.2       
      II.2.2) Additional CPV codes:
      33195200 - Central monitoring station.
      33195000 - Patient-monitoring system.
      85112200 - Outpatient care services.
      34221200 - Mobile emergency units.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the provision of a mobile response service for customers who don’t have family members/keyholders as their emergency contact or require the service to relieve the burden on family members. The aim ofthe service is to maximise the independence of individuals to enable customers to remain in their own homethrough the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centreand provide a suitable human response.
There are two types of mobile response service;
•Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertakenwithin 4 hours of notification.
•Emergency visit – an emergency visit made to the service user in response to an alert being received by thecontrol centre. Visits to be undertaken within 1 hour of notification.
Member organisations may also require additional services which could include but not be limited to;
•Cover for scheme managers (sickness/holidays)
•Emergency cover
      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: 5,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      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       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 4.3 - Call Monitoring and Mobile Response       
      Lot No: 4.3       
      II.2.2) Additional CPV codes:
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      34221200 - Mobile emergency units.
      79512000 - Call centre.
      85112200 - Outpatient care services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The requirements of this sub-lot are the combination of sub-lot 4.1 and 4.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot(4.3).
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: 18/09/2023 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/09/2023       
      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
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2027
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   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 available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AMU92F7MT5
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3
          Sunderland, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.
The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          See VI.4.3
       Sunderland, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 17/08/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Sunderland: Repair and maintenance services of medical equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
       Tel. +44 1915661035, Email: tenders@consortiumprocurement.org.uk
       Contact: Drew Frame
       Main Address: www.consortiumprocuirement.org.uk
       NUTS Code: UK

   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: Yes

   I.4)Type of the contracting authority:
      Other type:: Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Technology Enabled Lives Framework - 23-27            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50421000 - Repair and maintenance services of medical equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable: Lot 1: Product Catalogue; Lot 2: Installation; Lot 3: Repairs and Maintenance — Sub lot 3.1 Repairs and Maintenance - Digital — Sub lot 3.1 Repairs and Maintenance - Analogue — Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment Lot 4:Call Monitoring and Mobile Response. — Sub lot 4.1 Call Monitoring, — Sub lot 4.2 Mobile Response, — Sub lot 4.3 Call Monitoring and Mobile Response,

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 300,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Product Catalogue   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            33190000 - Miscellaneous medical devices and products.
            33100000 - Medical equipments.
            33196000 - Medical aids.
            33196200 - Devices for the disabled.
            35121700 - Alarm systems.
            32552120 - Emergency telephones.
            35100000 - Emergency and security equipment.
            31625100 - Fire-detection systems.
            45312000 - Alarm system and antenna installation work.
            45314000 - Installation of telecommunications equipment.
            51110000 - Installation services of electrical equipment.
            51410000 - Installation services of medical equipment.
            33123210 - Cardiac-monitoring devices.
            38311000 - Electronic scales and accessories.
            33195200 - Central monitoring station.
            50421000 - Repair and maintenance services of medical equipment.
            50342000 - Repair and maintenance services of audio equipment.
            32546000 - Digital switching equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/AMU92F7MT5

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 Installation   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45312000 - Alarm system and antenna installation work.
            45314000 - Installation of telecommunications equipment.
            51110000 - Installation services of electrical equipment.
            51410000 - Installation services of medical equipment.
            45310000 - Electrical installation work.
            45312100 - Fire-alarm system installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot covers the installation (and product supply when required) of telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment. As a minimum Supply Partners must be able to deliver; •Installation of new, digital equipment; Supply Partners must be able to maintain a range of manufacturers’ equipment.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3.1 - Repairs and Maintenance - Digital   
      Lot No:3.1

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            50333000 - Maintenance services of radio-communications equipment.
            50334400 - Communications system maintenance services.
            50421000 - Repair and maintenance services of medical equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc. As a minimum Supply Partners must be able to deliver; •Provision of new equipment; •On-going planned servicing; and •Reactive repairs. Supply Partners must be able to maintain a range of manufacturers’ equipment.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 3.2 - Repair and Maintenance of Analogue Products   
      Lot No:3.2

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            50333000 - Maintenance services of radio-communications equipment.
            50334400 - Communications system maintenance services.
            50421000 - Repair and maintenance services of medical equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc. As a minimum Supply Partners must be able to deliver; •Provision of new equipment; •On-going planned servicing; and •Reactive repairs. Supply Partners must be able to maintain a range of manufacturers’ equipment.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 3.3 - Repairs and Maintenance of Call Receiving Centres   
      Lot No:3.3

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.
            79512000 - Call centre.
            33195000 - Patient-monitoring system.
            33195200 - Central monitoring station.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 4.1 - Call monitoring   
      Lot No:4.1

      II.2.2) Additional CPV code(s):
            79512000 - Call centre.
            33195000 - Patient-monitoring system.
            33195200 - Central monitoring station.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/accesscontrol systems and grouped/hard wired schemes. Member organisations calling off from this frameworkagreement may require other types of calls monitored which will include; •Out of hours call monitoring •GPS device monitoring •Location monitoring •Lone worker monitoring/support •Repairs reporting •Environmental reporting •Anti-social behaviour reporting •Out of hours housing support services •Disaster recovery •Signposting

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 4.2 - Mobile Response   
      Lot No:4.2

      II.2.2) Additional CPV code(s):
            33195200 - Central monitoring station.
            33195000 - Patient-monitoring system.
            85112200 - Outpatient care services.
            34221200 - Mobile emergency units.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This lot covers the provision of a mobile response service for customers who don’t have family members/keyholders as their emergency contact or require the service to relieve the burden on family members. The aim ofthe service is to maximise the independence of individuals to enable customers to remain in their own homethrough the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centreand provide a suitable human response. There are two types of mobile response service; •Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertakenwithin 4 hours of notification. •Emergency visit – an emergency visit made to the service user in response to an alert being received by thecontrol centre. Visits to be undertaken within 1 hour of notification. Member organisations may also require additional services which could include but not be limited to; •Cover for scheme managers (sickness/holidays) •Emergency cover

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 4.3 - Call Monitoring and Mobile Response   
      Lot No:4.3

      II.2.2) Additional CPV code(s):
            33195000 - Patient-monitoring system.
            33195200 - Central monitoring station.
            34221200 - Mobile emergency units.
            79512000 - Call centre.
            85112200 - Outpatient care services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The requirements of this sub-lot are the combination of sub-lot 4.1 and 4.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot(4.3).

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2023/S 000-024254
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Lot 1    
   Lot Number: Not Provided    
   Title: Lot 1 - Product Catalogue

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: 19 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             2iC-Care Limited, 12976318
             2iC-Care Limited, Office 225, 20 Mortlake High Street, London, SW14 8JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Acticheck Ltd, 08852416
             18 Hill Street, Saffron Walden, CB10 1JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Alcove Limited, 09076735
             47 The Cartlodge, Lodge Lane, Langham, Colchester, CO4 5NE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Appello Smart Living Solutions, 01444995
             Oregon House, 19 Queensway, New Milton, BH25 5NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Careium UK Ltd, 04133585
             Aspinall House, Walker Office Park, Blackburn, BB1 2QE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Chiptech International Ltd, 11928721
             Palatine Hall, Dalton Square, Lancaster, LA1 1PW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Chubb Fire and Security Limited, 00524469
             Chubb House, Shadsworth Road, Blackburn, BB1 2PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Community Housing - TECS, 32351R
             3 Foley Grove, Kidderminster, DY11 7PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             E.Novation UK Ltd trading as Enovation, 04253883
             Suite 17 Link 665 Business Centre, Todd Hall Road, Haslingden, Rossendale, BB4 5HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Everon UK Limited, 06955874
             Turkey Mill Business Estate, 29 Hollingworth Court, Ashford Road, Maidstone, ME14 5PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000,000          
         Total value of the contract/lot: 100,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Lot 1 part 2    
   Lot Number: Not Provided    
   Title: Lot 1 - Product Catalogue (Part 2)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: 19 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             IoT Solutions Group, 11342213
             15 Mulberry Close, Watford, WD17 4UZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Legrand Electric Ltd, 00115834
             Great King St North, Birmingham, B19 2LF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Minder Limited trading as Mindme, N/A
             19 Great Linns, Marston Moretaine, Bedfordshire, MK43 0DD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Network Communication System Limited, 02769714
             Network House, Unit 1, 8 Cook Street, Doncaster, DN5 0BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Possum Ltd, 00711047
             8 Farmborugh Close, Aylesbury, HP20 1DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Secure Meters Ltd, 02199653
             Secure House, Lulworth Close, Chandler's Ford, Eastleigh, SO53 3TL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Secureshield Ltd, 11922806
             9-18 Ruby Court, Wesley Drive, Benton Square Industrial Estate, Newcastle Upon Tyne, NE12 9UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Solcom Limited, 03525534
             Solcom House, 79 George Street, Ryde, PO33 2JF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             TeleAlarm Europe GmbH, 09361841
             Hertzstraße 2, Leipzig, 04329, Germany
             NUTS Code: DED5
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000,000          
         Total value of the contract/lot: 100,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Lot 2    
   Lot Number: Not Provided    
   Title: Lot 2 - Installation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Appello Smart Living Solutions, 01444995
             Oregon House, 19 Queensway, New Milton, BH25 5NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Careium UK Ltd, 04133585
             Aspinall House, Walker Office Park, Blackburn, BB1 2QE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Community Housing - TECS, 32351R
             3 Foley Grove, Kidderminster, DY11 7PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Incom Systems Communication Specialists Ltd, 02972008
             Incom House, Spa Street, Ossett, Wakefield, WF5 0HJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Northern Electrical Fire Security Ltd, 09870894
             Unit 19a, Spencer Court, Blyth, NE24 5TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             OpenView Security Solutions Limited, 03376202
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Red Alert Telecare Limited, 06178638
             The Courtyard Orbital Park, Sevington, Ashford, TN24 0SY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Secureshield Ltd, 11922806
             9-18 Ruby Court, Wesley Drive, Benton Square Industrial Estate, Newcastle Upon Tyne, NE12 9UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             T2 Digital Limited, 07361325
             1 Church Street, Yeovil, BA20 1HX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Lot 3.1    
   Lot Number: Not Provided    
   Title: Lot 3.1 - Digital Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGS Tech Limited, 04796783
             7 Capricorn Park, Blakewater Road, Blackburn, BB1 5QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Appello Smart Living Solutions, 01444995
             Oregon House, 19 Queensway, New Milton, BH25 5NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Chubb Fire & Security Limited, 00524469
             Chubb House, Shadsworth Road, Blackburn, BB1 2PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Incom Systems Communications Specialists Ltd, 02972008
             Incom House, Spa Street, Ossett, Wakefield, WF5 0HJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Network Communication Systems limited, 02769714
             Network House, Unit 1, 8 Cook Street, Doncaster, DN5 0BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             OpenView Security Solutions Limited, 03376202
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Red Alert Telecare Limited, 06178638
             The Courtyard Orbital Park, Sevington, Ashford, TN24 0SY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Secureshield ltd, 11922806
             9-18 Ruby Court, Wesley Drive, Benton Square Industrial Estate, Newcastle Upon Tyne, NE12 9UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Sentinel Fire and Security Solutions Limited, 10072843
             Unit 17 Branksome Business Park, Bourne Valley Road, Poole, BH12 1DW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             T2 Digital Limited, 07361325
             1 Church Street, Yeovil, BA20 1HX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Lot 3.2    
   Lot Number: Not Provided    
   Title: Lot 3.2 - Analogue Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGS Tech Ltd, 04796783
             7 Capricorn park, Blakewater Road, Blackburn, BB1 5QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chubb Fire and Security Limited, 00524469
             Chubb House, Shadsworth Road, Blackburn, BB1 2PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Incom Systems Communication Specialists Ltd, 02972008
             Incom House, Spa Street, Ossett, Wakefield, WF5 0HJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Legrand Electric Ltd, 00115834
             Great King St North, Birmingham, B19 2LF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             OpenView Security Solutions Limited, 03376202
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Red Alert Telecare Limited, 06178638
             The Courtyard Orbital Park, Sevington, Ashford, TN24 0SY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Secureshield Ltd, 11922806
             9-18 Ruby Court, Wesley Drive, Benton Square Industrial Estate, Newcastle Upon Tyne, NE12 9UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Sentinel Fire and Security Solutions Limited, 10072843
             Unit 17 Branksome Business Park, Bourne Valley Road, Poole, BH12 1DW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             T2 Digital Limited, 07361325
             1 Church Street, Yeovil, BA20 1HX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Lot 3.3    
   Lot Number: 3    
   Title: Lot 3.3 - Maintenance of Call Monitoring Equipment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             E.Novation UK Ltd trading as Enovation, 04253883
             Suite 17 Link 665 Business Centre, Todd Hall Road, Haslingden, Rossendale, BB4 5HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Legrand Electric ltd, 00115834
             Great King St North, Birmingham, B19 2LF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             LLesiant Delta Wellbeing Ltd, 11148475
             Unit 2, Dafen Industrial Estate, Heol Aur, Llanelli, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Lot 4.1    
   Lot Number: Not Provided    
   Title: Lot 4.1 - Call Monitoring

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Appello Smart Living Solutions, 01444995
             Oregon House, 19 Queensway, New Milton, BH25 5NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Astraline (TEC) Limited, 13997058
             Eden Point, Three Acres Lane, Cheadle, SK8 6RL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Bristol City Council, N/A
             Bristol Operations Centre, 2S 100 Temple Street, Bristol, BS1 6AG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Careline Support Limited, 12250550
             Churchill House, Parkside, Ringwood, BH24 3SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Chubb Fire and Security Limited, 00524469
             Chubb House, Shadsworth Road, Blackburn, BB1 2PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Llesiant Delta Wellbeing, 11148475
             Unit 2, Dafen Industrial Estate, Heol Aur, LLanelli, SA14 8QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Mole Valley District Council, N/A
             Pippbrook, Reigate Road, Dorking, RH4 1SJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             PPP Taking Care Limited, 01488490
             20 Gracechurch Street, London, EC3V 0BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Redditch Borough Council, N/A
             Town Hall, Walter Stranz, Redditch, B98 8AH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Tunstall Healthcare (UK) Ltd, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Lot 4.2    
   Lot Number: Not Provided    
   Title: Lot 4.2 - Mobile Response

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BDS (Northern) Ltd, 06070164
             10 Staith Lane, Mapplewell, Barnsley, S75 6GT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Beyond Housing (Reach and Respond), RS007814
             Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Llesiant Delta Wellbeing Ltd, 11148475
             Unit 2, Dafen Industrial Estate, Heol Aur, LLanelli, SA14 8QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Mole Valley District Council, N/A
             Pippbrook, Reigate Road, Dorking, RH4 1SJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Progress Housing Association Limited, IP27792R
             Sumner House, 21 King Street, Leyland, PR25 2LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Lot 4.3    
   Lot Number: Not Provided    
   Title: Lot 4.4 - Call Monitoring with Mobile Response

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Beyond Housing (Reach and Respond), RS007814
             Brook House, 4 Gladstone Road, Scarborough, YO12 7BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Careium UK Ltd, 04133585
             Aspinall House, Walker Office Park, Blackburn, BB1 2QE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Llesiant Delta Wellbeing Ltd, 11148475
             Unit 2, Dafen Industrial Estate, Heol Aur, LLanelli, SA14 8QN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Progress Housing Association Limited, IP27792R
             Sumner House, 21 King Street, Leyland, PR25 2LW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Tunstall Healthcare (UK) Limited, 01332249
             Whitney Lodge, Whitley Bridge, Doncaster, DN14 0HR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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 available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=833896411

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3
          Sunderland, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          See VI.4.3
          Sunderland, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen. The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
          See VI.4.3
          Sunderland, United Kingdom

   VI.5) Date of dispatch of this notice: 10/01/2024