Section one: Contracting authority
one.1) Name and addresses
Birmingham City Council
10 Woodcock Street
Birmingham
B4 7DJ
Contact
Corporate Procurement Services
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
Buyer's address
www.in-tendhost.co.uk/birminghamcc
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Technology enabled care (TEC) consultative support service specification
Reference number
P0979
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
There is a requirement for additional capacity, skills and understanding of the technology enabled care (TEC) market to support the development of a transformed TEC service which has the potential to realise benefits to vulnerable citizens from the use of TEC• Working with experts by experience and key stakeholders in a co-productive approach at every stage of the develop, review and transform stage of a TEC service and ensuring partner engagement throughout the process; • Consulting with our citizens on proposed plans for a transformed TEC service, including analysis and reports on consultation responses; • Developing a roadmap for commissioning a transformed TEC service and supporting the refresh of the equipment and technology commissioning strategy as well as developing a culture change programme and a robust benefits realisation model.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £250,000
two.2) Description
two.2.2) Additional CPV code(s)
- 73220000 - Development consultancy services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
two.2.4) Description of the procurement
To provide Adult Social Care with additional capacity and support to be able to develop a transformed Technology Enabled Care service for our citizens by:• Working with experts by experience and key stakeholders in a co-productive approach at every stage of the develop, review and transform stage of a TEC service and ensuring partner engagement throughout the process;• Consulting with our citizens on proposed plans for a transformed TEC service, including analysis and reports on consultation responses;• Developing a roadmap for commissioning a transformed TEC service and supporting the refresh of the equipment and technology commissioning strategy;• Defining the scope of a transformed TEC service – in respect of citizen cohorts and partner organisations;• Designing a service operating and delivery model that delivers against the outcomes of the TEC strategy and the design principles and critical success factors identified in our TEC business case and that interfaces with and complements social care delivery and practice, making best use of existing and emerging technologies and realises the potential for TEC to be an enabler of early intervention and prevention through deployment and data aggregation; • Undertaking an options appraisal of in-house, external and hybrid provider models;• Developing and part delivering a communication and culture change programme in advance of the mobilisation commencing of a transformed TEC service so that citizens and our workforce are ready to make best use of the new TEC service;• Transition planning for existing TEC/telecare and fitting with the longer-term model including consideration of the implications of the digital switchover for both the existing and new service;• Developing an approach for the Council to work with the independent care provider market to enable the use of TEC within Council commissioned packages of care;• Designing a robust benefits realisation model;• Developing a final specification for the transformed TEC service, ensuring that it is ready to share with the market including undertaking soft market testing (if that is the preferred option) and listening to feedback and reviewing and amending, if required;• Project management – including management and mitigation of key risks, issues and dependencies.The Contract will be for a period of 1 year (unless terminated under the terms and conditions of contract) with the option to extend for up to one year. The contract will be awarded to a single provider.
two.2.5) Award criteria
Quality criterion - Name: Quality and Social Value / Weighting: 70% and 20%
Price - Weighting: Price 10%
two.2.11) Information about options
Options: Yes
Description of options
With an option to extend for a further 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2022/S 000-026758
Section five. Award of contract
Contract No
P0979
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 December 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
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: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Rethink Partners Limited
5 Meadowsweet Way, Newport, Saffron Walden
Essex
CB11 3ZD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £250,000
Total value of the contract/lot: £250,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom