Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Zanda Polka
Telephone
+44 92669022
Country
United Kingdom
Region code
UKI - London
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85912&B=LBLAMBETH
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85912&B=LBLAMBETH
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
Electronic Call Monitoring
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
London Borough of Lambeth is procuring an Electronic Call Monitoring service. The aim of the service is to continue to provide an electronic monitoring system to the adult social care department in relation to homecare services. This will enable Lambeth to monitor when care is being delivered and if it is in line with client care and support plans. It will also ensure that the costs associated with care delivery are in line with the actual hours of care delivered rather than what is commissioned.
two.1.5) Estimated total value
Value excluding VAT: £1,165,350
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 75200000 - Provision of services to the community
- 85300000 - Social work and related services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lambeth currently has an Electronic Care Monitoring (ECM) service in place which has been implemented by the majority of Homecare providers in Lambeth. The ECM service allows Lambeth to accurately monitor the services provided by Homecare providers, both in ‘real time’ and through reporting.
The service also allows Homecare providers to generate electronic invoices which are based on actual care delivered and those electronic invoices are automatically loaded into Lambeth’s Mosaic system, bypassing the need for invoices to be printed and scanned into Mosaic. The ECM system also automatically loads billing information into Mosaic which means that service users that contribute to the cost of the care that is provided are accurately billed for that care.
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: £1,165,350
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
Option to extend for 15 months
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
Selection criteria as stated in the procurement documents
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.2.2) Contract performance conditions
Contract performance conditions as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 October 2024
Local time
12:00pm
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
Public Procurement Review Service
70 Whitehall
London
SW1A 2AS
Country
United Kingdom