Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Ad Hoc Care Technology

  • First published: 22 April 2025
  • Last modified: 22 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05038b
Published by:
Isle of Wight Council
Authority ID:
AA21249
Publication date:
22 April 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supply of Ad Hoc Care Technology

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

UK

Contact person: Mrs Lucy Chandler

Telephone: +44 1983821000

E-mail: lucy.chandler@iow.gov.uk

NUTS: UKJ34

Internet address(es)

Main address: http://www.iow.gov.uk

Address of the buyer profile: http://www.iow.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Ad Hoc Care Technology

Reference number: DN764656

II.1.2) Main CPV code

33000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The supply of Ad Hoc Care Technology

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 557 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

85000000

98000000

II.2.3) Place of performance

NUTS code:

UKJ34

II.2.4) Description of the procurement

Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients.

Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on.

The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to – currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required £124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained.

The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service.

A VEAT was issued and a standstill period applied.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please note the total spend is £557,000 rather than this amount per supplier.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation

Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients.

Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on.

The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to – currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required £124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained.

The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service.

A VEAT was issued and a standstill period applied.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

Section V: Award of contract

Contract No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TeleAlarm

Hertzstrase 2, Leipzig, Other (Non-UK), 04329, Germany

04329

UK

NUTS: UKJ34

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 557 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Anywhere Care

Unit 7, Twin Brook Business Park, Twin Brook Rd,

Clitheroe

BB7 1QX

UK

NUTS: UKJ34

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 557 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Tunstall Healthcare

Whitley Lodge, Whitley, Goole DN14 0HR

Goole

DN14 0HR

UK

NUTS: UKJ34

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 557 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

15/04/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
98000000 Other community, social and personal services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lucy.chandler@iow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.