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