Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way
LEICESTER
LE191ES
Contact
Communities and Technologies Procurement Team
Telephone
+44 1162944141
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=6460f150-7c0f-ea11-80fb-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=6460f150-7c0f-ea11-80fb-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
203_21 Technology Enabled Care (TEC) Products and Services
Reference number
203_21
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This framework agreement will include a direct call off catalogue and a list of pre-approved specialist providers of technology enabled care services, including telecare and telehealth services and equipment, monitoring, response services, lifestyle monitoring, analytics and consultancy. The framework is intended to meet the needs of a fully outsourced provision as well as the purchase of individual pieces of equipment.
To tender:
(a) go to www.eastmidstenders.org;
(b) register;
(c) search for tender opportunity '203_20';
(d) express an interest;
(e) download the tender from the website.
Additional information: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
This is a supplement contract notice in accordance with Procurement Policy Note 08/20 - Introduction of Find a Tender. The original contract notices published in OJEU on 23/11/2020 and Contracts Finder on 25/11/2020.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Technology Enabled Care Products and Services Catalogue (Products and commoditised Services)
Lot No
1
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 31625100 - Fire-detection systems
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 35100000 - Emergency and security equipment
- 45312000 - Alarm system and antenna installation work
- 45314000 - Installation of telecommunications equipment
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 64000000 - Postal and telecommunications services
- 72000000 - IT services: consulting, software development, Internet and support
- 73200000 - Research and development consultancy services
- 75200000 - Provision of services to the community
- 79711000 - Alarm-monitoring services
- 80000000 - Education and training services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Technology enabled care products and services catalogue (products and commoditised Services). The catalogue will be mainly accessed for direct call off by customers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2021
End date
28 February 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Technology Enabled Care Services (Outsourced Services Including Products as Part of the Service)
Lot No
2
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 31625100 - Fire-detection systems
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 35100000 - Emergency and security equipment
- 45312000 - Alarm system and antenna installation work
- 45314000 - Installation of telecommunications equipment
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 64000000 - Postal and telecommunications services
- 72000000 - IT services: consulting, software development, Internet and support
- 73200000 - Research and development consultancy services
- 75200000 - Provision of services to the community
- 79711000 - Alarm-monitoring services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Technology enabled care services (outsourced services including products as part of the service) accessed by further competition. This lot can be used to procure a completely outsourced service or individual elements as required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2021
End date
28 February 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Lot 1 The minimum financial requirement for the purposes of the current tender exercise is not applicable to Lot 1.
Lot 2 Companies or organisations that have been trading for 2 years or more should have: 'positive net assets' and have been profitable overall, as determined from their published financial accounts for the last 2 years. Companies or organisations that have been trading for less than 2 years should have: 'positive net assets' and provide both
(a) a positive bank reference; and
(b) copies of their published financial accounts showing that, from inception, they have been profitable overall.
Lot 1: ESPO shall monitor the financial stability of the awarded suppliers during the period of the framework agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score for the supplier on or before the framework start date as a base score and where a significant change in the credit score is identified over the life of the framework agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the supplier from the framework agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 232-573924
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 January 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 January 2021
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK:
• local authorities;
• educational establishments (including academies);
• central government departments and agencies;
• police, fire and rescue and coastguard emergency services;
• NHS and HSC bodies, including ambulance services;
• registered charities;
• registered social landlords;
• the corporate office of the house of lords, the corporate officer of the house of commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-(1)/FAQs/Legal
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.