Essex County Council: Care Technology Service

  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
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-Chelmsford: IT services: consulting, software development, Internet and support.
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


View any Notice Addenda

View Award Notice