Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall, High Street
Kingston upon Thames
KT1 1EU
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's 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=61a8edff-5362-eb11-8106-005056b64545
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=61a8edff-5362-eb11-8106-005056b64545
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
Change Partner for Technology Enabled Care (TEC)
Reference number
DN521874
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
As part of the Council’s strategy to maximise the independence of Kingston residents, the Council is seeking to procure a Change Partner to manage the delivery of a proof of concept for Technology Enabled Care (TEC) within long term care settings in Adult Social Care.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The Authority is seeking a Change Partner to manage the delivery of technology enabled care within long term care settings in Adult Social Care. The Change Partner will be responsible for:
-the sourcing/identification, managing, monitoring and recommendation of technology for the proof of concept to inform the wider business case
-defining the cultural change journey required to embed technology within pathways
-defining the blueprint for how technology enabled care could be expanded across the health and care system
-designing the scale of a wider roll out aligned to need.
Detail is provided in the Invitation to tender documentation.
The contract for these services will be commissioned using the open procedure under the Public
Contract Regulations 2015.
The duration of the contract will be 12 months.
two.2.5) Award criteria
Quality criterion - Name: Quality weighting / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
List and brief description of conditions:
The requirements including selection criteria are stated in SSQ, the ITT and in the procurement
documents.
The Authority reserves its right to request an indemnity, bank bond or guarantee if the supplier does not meet the required standard for economic and financial standing.
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The Authority shall require the group to form a legal entity before entering into the contract.
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.2.3) 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 March 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 March 2021
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kingston upon Thames
Guildhall
Kingston upon Thames
KT1 1EU
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
In accordance with the Public Contract Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.