- Scope of the procurement
- Lot 1: Product Catalogue
- Lot 2 Installation
- Lot 3.1 - Repairs and Maintenance - Digital
- Lot 3.2 - Repair and Maintenance of Analogue Products
- Lot 3.3 - Repairs and Maintenance of Call Receiving Centres
- Lot 4.1 - Call monitoring
- Lot 4.2 - Mobile Response
- Lot 4.3 - Call Monitoring and Mobile Response
Section one: Contracting authority
one.1) Name and addresses
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street
Sunderland
SR1 3QD
Contact
Drew Frame
tenders@consortiumprocurement.org.uk
Telephone
+44 1915661035
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
www.consortiumprocuirement.org.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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Central Purchasing Body
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Technology Enabled Lives Framework - 23-27
two.1.2) Main CPV code
- 50421000 - Repair and maintenance services of medical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable:
Lot 1: Product Catalogue;
Lot 2: Installation;
Lot 3: Repairs and Maintenance
— Sub lot 3.1 Repairs and Maintenance - Digital
— Sub lot 3.1 Repairs and Maintenance - Analogue
— Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment
Lot 4:Call Monitoring and Mobile Response.
— Sub lot 4.1 Call Monitoring,
— Sub lot 4.2 Mobile Response,
— Sub lot 4.3 Call Monitoring and Mobile Response,
two.1.5) Estimated total value
Value excluding VAT: £300,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Members may call of for one or a combination of lots/sublots.
two.2) Description
two.2.1) Title
Lot 1: Product Catalogue
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33100000 - Medical equipments
- 33196000 - Medical aids
- 33196200 - Devices for the disabled
- 35121700 - Alarm systems
- 32552120 - Emergency telephones
- 35100000 - Emergency and security equipment
- 31625100 - Fire-detection systems
- 45312000 - Alarm system and antenna installation work
- 45314000 - Installation of telecommunications equipment
- 51110000 - Installation services of electrical equipment
- 51410000 - Installation services of medical equipment
- 33123210 - Cardiac-monitoring devices
- 38311000 - Electronic scales and accessories
- 33195200 - Central monitoring station
- 50421000 - Repair and maintenance services of medical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 32546000 - Digital switching equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.
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: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
LOT 1 is pass/fail only. To pass this LOT Bidders must submit a compliant product catalogue, meeting all requirements as detailed in Schedule 3 Pricing and Schedule 3a Pricing Instructions. For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/AMU92F7MT5
two.2) Description
two.2.1) Title
Lot 2 Installation
Lot No
2
two.2.2) Additional CPV code(s)
- 45312000 - Alarm system and antenna installation work
- 45314000 - Installation of telecommunications equipment
- 51110000 - Installation services of electrical equipment
- 51410000 - Installation services of medical equipment
- 45310000 - Electrical installation work
- 45312100 - Fire-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the installation (and product supply when required) of telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment.
As a minimum Supply Partners must be able to deliver;
•Installation of new, digital equipment;
Supply Partners must be able to maintain a range of manufacturers’ equipment.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 3.1 - Repairs and Maintenance - Digital
Lot No
3.1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50334400 - Communications system maintenance services
- 50421000 - Repair and maintenance services of medical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.
As a minimum Supply Partners must be able to deliver;
•Provision of new equipment;
•On-going planned servicing; and
•Reactive repairs.
Supply Partners must be able to maintain a range of manufacturers’ equipment.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
the scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 3.2 - Repair and Maintenance of Analogue Products
Lot No
3.2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50333000 - Maintenance services of radio-communications equipment
- 50334400 - Communications system maintenance services
- 50421000 - Repair and maintenance services of medical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.
As a minimum Supply Partners must be able to deliver;
•Provision of new equipment;
•On-going planned servicing; and
•Reactive repairs.
Supply Partners must be able to maintain a range of manufacturers’ equipment.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 3.3 - Repairs and Maintenance of Call Receiving Centres
Lot No
3.3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 79512000 - Call centre
- 33195000 - Patient-monitoring system
- 33195200 - Central monitoring station
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (ormore in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 4.1 - Call monitoring
Lot No
4.1
two.2.2) Additional CPV code(s)
- 79512000 - Call centre
- 33195000 - Patient-monitoring system
- 33195200 - Central monitoring station
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/accesscontrol systems and grouped/hard wired schemes. Member organisations calling off from this frameworkagreement may require other types of calls monitored which will include;
•Out of hours call monitoring
•GPS device monitoring
•Location monitoring
•Lone worker monitoring/support
•Repairs reporting
•Environmental reporting
•Anti-social behaviour reporting
•Out of hours housing support services
•Disaster recovery
•Signposting
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 4.2 - Mobile Response
Lot No
4.2
two.2.2) Additional CPV code(s)
- 33195200 - Central monitoring station
- 33195000 - Patient-monitoring system
- 85112200 - Outpatient care services
- 34221200 - Mobile emergency units
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot covers the provision of a mobile response service for customers who don’t have family members/keyholders as their emergency contact or require the service to relieve the burden on family members. The aim ofthe service is to maximise the independence of individuals to enable customers to remain in their own homethrough the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centreand provide a suitable human response.
There are two types of mobile response service;
•Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertakenwithin 4 hours of notification.
•Emergency visit – an emergency visit made to the service user in response to an alert being received by thecontrol centre. Visits to be undertaken within 1 hour of notification.
Member organisations may also require additional services which could include but not be limited to;
•Cover for scheme managers (sickness/holidays)
•Emergency cover
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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
two.2) Description
two.2.1) Title
Lot 4.3 - Call Monitoring and Mobile Response
Lot No
4.3
two.2.2) Additional CPV code(s)
- 33195000 - Patient-monitoring system
- 33195200 - Central monitoring station
- 34221200 - Mobile emergency units
- 79512000 - Call centre
- 85112200 - Outpatient care services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The requirements of this sub-lot are the combination of sub-lot 4.1 and 4.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot(4.3).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 September 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 September 2023
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/respond/AMU92F7MT5
GO Reference: GO-2023817-PRO-23670034
six.4) Procedures for review
six.4.1) Review body
See VI.4.3
Sunderland
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
See VI.4.3
Sunderland
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.
The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
six.4.4) Service from which information about the review procedure may be obtained
See VI.4.3
Sunderland
Country
United Kingdom