Opportunity

Change Partner for Technology Enabled Care (TEC)

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice reference: 2021/S 000-003899

Published 26 February 2021, 12:29pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall, High Street

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

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.

Previous FTS Publication reference: 2021/S 000-002392

two.1.5) Estimated total value

Value excluding VAT: £500,000

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 initial contract term is 12 months and the Council, at its absolute discretion, may extend this Agreement beyond the Expiry Date by a further two separate periods of 12 months.

two.2.5) Award criteria

Quality criterion - Name: Quality weighting: / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial contract term is 12 months and the Council, at its absolute discretion, may extend this Agreement beyond the initial 12 months contract term by a further two separate periods of 12 months.; creating a contract for a maximum length of 36 months (3 years)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

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

6 April 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

6 April 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

Email

commissioning@kingston.gov.uk

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

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.