Tender

Care Technology / Technology Enabled Care

  • London Borough of Sutton

F02: Contract notice

Notice identifier: 2022/S 000-020872

Procurement identifier (OCID): ocds-h6vhtk-03579b

Published 29 July 2022, 5:04pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Sutton

Civic Offices, St Nicholas Way

Sutton

SM1 1EA

Contact

Mr Steve Hoy

Email

steve.hoy@sutton.gov.uk

Telephone

+44 2087705911

Country

United Kingdom

Region code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.sutton.gov.uk/

Buyer's address

http://www.sutton.gov.uk/

one.3) Communication

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

https://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org/

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

Care Technology / Technology Enabled Care

Reference number

DN624730

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

In Sutton we want to find the best and most effective ways to support people to live well independently and prevent the need for more intensive and long-term support. We see care technology playing a vital role in supporting people to achieve the best outcomes as well as address the challenges facing social care, delivering wider benefits across our local health and housing sectors. The procurement is aimed at utilising the most innovative solution available at an affordable price for the London Borough of Sutton, its residence and stakeholders.

Please note that the estimated total value (ll.1.5) includes the potential contract extensions.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 32260000 - Data-transmission equipment
  • 32510000 - Wireless telecommunications system
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 51000000 - Installation services (except software)
  • 79711000 - Alarm-monitoring services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

In Sutton we want to find the best and most effective ways to support people to live well independently and prevent the need for more intensive and long-term support. We see care technology playing a vital role in supporting people to achieve the best outcomes as well as address the challenges facing social care, delivering wider benefits across our local health and housing sectors.

The telecoms industry infrastructure changes, to upgrade their telephony lines from analogue to digital by 2025, has serious implications for the reliability and safety of our current analogue telecare provision if we do not shift to digital ready technology solutions (as recommended by OFCOM).

Sutton Council therefore intends to commission a service provider to be a Key Strategic Partner to take forward its ambitions to achieve a proactive, personalised and predictive care technology service, that uses connected modern technologies and data driven insights and is based on the key principles of independence, inclusion, personalisation, interoperability, privacy and security

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for a period of five years with the option to extend for a further two years in two periods of one year. Each one year extension will be agreed at the sole discretion of the Council.

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

Envisaged number of candidates: 5

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

30 August 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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 High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom