Tender

All-Age Care Technology Service

  • London Borough of Barking and Dagenham

F02: Contract notice

Notice identifier: 2021/S 000-010060

Procurement identifier (OCID): ocds-h6vhtk-029ccb

Published 7 May 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Barking and Dagenham

Barking Town hall

Barking

IG11 7LU

Email

Procurement@lbbd.gov.uk

Telephone

+44 2082272088

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

www.lllb.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://lbbd.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://lbbd.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

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

All-Age Care Technology Service

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Barking and Dagenham (LBBD) is looking to procure, during 2021, an Innovation Partner for the management and delivery of an all-age Care Technology solution for the residents of Barking and Dagenham.

A transformed Care Technology service aims to adopt a new approach to implementing Care Technology to support eligible service users and enable independence. We are looking to apply a broader application of technology to an all-age service to support all residents who can benefit from timely intervention to improve independence and well-being whilst reducing the need for social care support.

There is an evident need to increase the pace and reach of care technology and digital solutions and the culture around this to deliver improved outcomes, improved practitioner experience and financial benefits. It is therefore the case we are seeking an Innovation Partner to work with us collaboratively in a joint enterprise that delivers 3 service elements:

1. Innovation and development of technological or digital services to residents which complement their own support and networks. This will also include flexibility and future projects based around arising technology throughout the contract.

2. Facilitate a cultural change establishing and embedding a ‘Technology First’ approach to include a Care Technology learning and development programme.

3. Manage and deliver the Core Service including the supply, set up, monitoring and response of Care Technology. This will extend over time to utilise the full range of technological/digital services and products to support health and social care outcomes.

two.1.5) Estimated total value

Value excluding VAT: £4,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32500000 - Telecommunications equipment and supplies
  • 51000000 - Installation services (except software)
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

The London Borough of Barking and Dagenham (LBBD) is looking to procure, during 2021, an Innovation Partner for the management and delivery of an all-age Care Technology solution for the residents of Barking and Dagenham.

A transformed Care Technology service aims to adopt a new approach to implementing Care Technology to support eligible service users and enable independence. We are looking to apply a broader application of technology to an all-age service to support all residents who can benefit from timely intervention to improve independence and well-being whilst reducing the need for social care support.

There is an evident need to increase the pace and reach of care technology and digital solutions and the culture around this to deliver improved outcomes, improved practitioner experience and financial benefits. It is therefore the case we are seeking an Innovation Partner to work with us collaboratively in a joint enterprise that delivers 3 service elements:

1. Innovation and development of technological or digital services to residents which complement their own support and networks. This will also include flexibility and future projects based around arising technology throughout the contract.

2. Facilitate a cultural change establishing and embedding a ‘Technology First’ approach to include a Care Technology learning and development programme.

3. Manage and deliver the Core Service including the supply, set up, monitoring and response of Care Technology. This will extend over time to utilise the full range of technological/digital services and products to support health and social care outcomes.

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: £4,200,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial 3 years, with the option to extend by two further two-year periods to a total of 7 years. (3+2+2 years)

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

This process will be conducted as a CPN process. We envisage taking all suitable providers that express interest through to the initial ITT stage. Should we then negotiate we then expect to negotiate with a maximum of 3 providers in the first round of negotiation.

two.2.10) Information about variants

Variants will be accepted: Yes

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

two.2.14) Additional information

Consortium bids will be accepted


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.2.3) 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

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2021/S 000-005466

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 June 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 June 2021

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

Tender must be valid until: 31 March 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom