Tender

All-Age Technology Enabled Care Service

  • London Borough of Barking and Dagenham

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-084030

Procurement identifier (OCID): ocds-h6vhtk-059f4e (view related notices)

Published 17 December 2025, 4:16pm



Scope

Description

The London Borough of Barking and Dagenham is commissioning an all-age

Technology Enabled Care service to support residents' health, wellbeing and

social care needs. The service will be delivered via a hybrid model across two Lots

and will be provided by organisations that share our values and are committed to

high standards, innovation and continuous improvement.

Our vision is to give residents choice and control, keeping people safe and well at

home for as long as possible. TEC should help residents maintain their

independence, quality of life and connection to their communities, and be a routine

part of how social care support is planned and delivered

Total value (estimated)

  • £11,735,000 excluding VAT
  • £14,082,000 including VAT

Above the relevant threshold

Main procurement category

Services

Contract locations

  • UKI52 - Barking & Dagenham and Havering

Not the same for all lots

CPV classifications and contract dates are shown in Lot sections, because they are not the same for all lots.


Lot 1. Core Service Provision & Innovation

Description

technology catalogue, supply &

install, resident/carer onboarding, 24/7 monitoring and response, device lifecycle,

data platform, operational performance monitoring reporting and evaluation;

technical input to pilots. Communications and practice tool development, support

champions networks and impact case studies, in partnership with Lot 2.

Lot value (estimated)

  • £11,050,000 excluding VAT
  • £13,260,000 including VAT

Contract dates (estimated)

  • 1 July 2026 to 30 June 2029
  • Possible extension to 30 June 2031
  • 5 years

Description of possible extension:

If both parties are content the contract can be extended by 2 (two) 12 (twelve) month periods for a total contract period of 5 (five) years in total.

CPV classifications

  • 85300000 - Social work and related services
  • 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

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot 2. Change Management & Innovation

Description

Technology-First adoption across practice (workforce training/coaching, practice tools and communications); pathway design and continuous improvement; structured innovation pipeline

(discover → define → pilot → evaluate → scale/stop) with test-and-learn and

proportionate evaluation; benefits realisation (baselines, counterfactual, attribution

and a monthly benefits ledger) and preparation of Month-18 gateway evidence;

service change governance and prioritisation; engagement and co-production to

ensure accessibility and inclusion. Provides TEC-focused advisory, convening and

evaluation to support adoption and the TEC-focused innovation pipeline, acting as

a strategic partner to the Council and Lot 1 on a targeted basis, subordinate to

core adoption work; Lot 1 supplies technical due-diligence and safe pilot

operations, with agreed routes to scale.

Lot value (estimated)

  • £685,000 excluding VAT
  • £822,000 including VAT

Contract dates (estimated)

  • 1 July 2026 to 31 December 2027
  • Possible extension to 30 June 2029
  • 3 years

Description of possible extension:

If both parties are content the contract can be extended by 18 (Eighteen) months for a total contract period of 3 (Three) years in total.

CPV classifications

  • 72222000 - Information systems or technology strategic review and planning services
  • 72224100 - System implementation planning services
  • 85300000 - Social work and related services

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. Core Service Provision & Innovation

Lot 2. Change Management & Innovation

Detailed in the procurement specific questionnaire available at https://lbbd.bravosolution.co.uk/

Technical ability conditions of participation

Lot 1. Core Service Provision & Innovation

Lot 2. Change Management & Innovation

Detailed in the procurement specific questionnaire available at https://lbbd.bravosolution.co.uk/

Particular suitability

Lot 1. Core Service Provision & Innovation

Lot 2. Change Management & Innovation

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

16 January 2026, 12:00pm

Tender submission deadline

23 January 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 March 2026


Award criteria

Lot 1. Core Service Provision & Innovation

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Method statement questions

Quality 55%
Pricing

Total contract cost calculated by completing the pricing schedule document

Cost 30%
Social value

Social value response

Quality 10%
Presentation

The 3 highest scoring bidders from the ITT will be invited to present. Presentation scores will be added to ITT scores to arrive at the most advantageous tender.

Quality 5%

Lot 2. Change Management & Innovation

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Method statement questions

Quality 55%
Price

Total contract cost calculated by completing the pricing schedule document

Cost 30%
Social value

Social value response

Quality 10%
Presentation

The 3 highest scoring bidders from the ITT will be invited to present. Presentation scores will be added to ITT scores to arrive at the most advantageous tender.

Quality 5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

London Borough of Barking and Dagenham

  • Public Procurement Organisation Number: PPYP-9821-RZGJ

Town Hall

Barking

IG11 7LU

United Kingdom

Region: UKI52 - Barking & Dagenham and Havering

Organisation type: Public authority - sub-central government