Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-Health
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
Region code
UKD45 - Mid Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashire.gov.uk/
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
Provision of Technology Enabled Care Services
Reference number
KH/ACS/LCC/20/1063
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council (LCC) wishes to procure a Technology Enabled Service (TEC),
the purpose of the Service is to enhance the quality of cost-effective support and improve outcomes for individuals, using technology as an integral part of the care and support process.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £56,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD44 - Lancaster and Wyre
- UKD45 - Mid Lancashire
- UKD46 - East Lancashire
- UKD47 - Chorley and West Lancashire
two.2.4) Description of the procurement
Lancashire County Council intends to transform its traditional, reactive, telecare response service into a technology enabled care service, fit for the digital future. It is an ambitious commission that will introduce new and innovative technologies and digital approaches which enhance the experience and the outcomes for local people. This commission will significantly widen the scope of the current telecare service to become all age, preventive, proactive and fully integrated with the falls lifting service and the Lancashire and South Cumbria shared care record.
The Provider will deliver each of the following core service elements:
1. Assessment;
2. Procurement, purchase and lease of TEC equipment;
3. Installation, maintenance, repair, equipment collection and recycle;
4. Continuous innovation and service development;
5. Training and awareness raising for social care and health practitioners;
6. TEC monitoring;
7. A mobile responder service;
8. A falls lifting service; and
9. Data collection and analysis.
The Provider will work in partnership with the Commissioners to ensure the new service is embedded in practice. They will deliver training, raise awareness and employ Digital Ambassadors to enable the uptake of new technologies. Please refer to specification for full requirements of the service.
two.2.5) Award criteria
Quality criterion - Name: See procurement documents / Weighting: 60%
Price - Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
60 months initially with option to extend for any period(s) up to a total maximum contract period of 7 years in total
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-008229
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 October 2023
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Progress Housing Association Limited
Leyland Lancashire
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
Companies House
FCA - 27792R
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £56,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
Country
United Kingdom