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 Notice

Technology Enabled Lives Framework - 23-27

  • First published: 18 August 2023
  • Last modified: 18 August 2023

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-03f4fc
Published by:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
18 August 2023
Deadline date:
18 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Contact person: Drew Frame

Telephone: +44 1915661035

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.consortiumprocuirement.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Central Purchasing Body

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technology Enabled Lives Framework - 23-27

II.1.2) Main CPV code

50421000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable:

Lot 1: Product Catalogue;

Lot 2: Installation;

Lot 3: Repairs and Maintenance

— Sub lot 3.1 Repairs and Maintenance - Digital

— Sub lot 3.1 Repairs and Maintenance - Analogue

— Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment

Lot 4:Call Monitoring and Mobile Response.

— Sub lot 4.1 Call Monitoring,

— Sub lot 4.2 Mobile Response,

— Sub lot 4.3 Call Monitoring and Mobile Response,

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Members may call of for one or a combination of lots/sublots.

II.2) Description

Lot No: Lot 1

II.2.1) Title

Lot 1: Product Catalogue

II.2.2) Additional CPV code(s)

33190000

33100000

33196000

33196200

35121700

32552120

35100000

31625100

45312000

45314000

51110000

51410000

33123210

38311000

33195200

50421000

50342000

32546000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

LOT 1 is pass/fail only. To pass this LOT Bidders must submit a compliant product catalogue, meeting all requirements as detailed in Schedule 3 Pricing and Schedule 3a Pricing Instructions. For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/AMU92F7MT5

Lot No: 2

II.2.1) Title

Lot 2 Installation

II.2.2) Additional CPV code(s)

45312000

45314000

51110000

51410000

45310000

45312100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot covers the installation (and product supply when required) of telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment.

As a minimum Supply Partners must be able to deliver;

•Installation of new, digital equipment;

Supply Partners must be able to maintain a range of manufacturers’ equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.1

II.2.1) Title

Lot 3.1 - Repairs and Maintenance - Digital

II.2.2) Additional CPV code(s)

50000000

50333000

50334400

50421000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.

As a minimum Supply Partners must be able to deliver;

•Provision of new equipment;

•On-going planned servicing; and

•Reactive repairs.

Supply Partners must be able to maintain a range of manufacturers’ equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

the scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.2

II.2.1) Title

Lot 3.2 - Repair and Maintenance of Analogue Products

II.2.2) Additional CPV code(s)

50000000

50333000

50334400

50421000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.

As a minimum Supply Partners must be able to deliver;

•Provision of new equipment;

•On-going planned servicing; and

•Reactive repairs.

Supply Partners must be able to maintain a range of manufacturers’ equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.3

II.2.1) Title

Lot 3.3 - Repairs and Maintenance of Call Receiving Centres

II.2.2) Additional CPV code(s)

50000000

79512000

33195000

33195200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (ormore in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.1

II.2.1) Title

Lot 4.1 - Call monitoring

II.2.2) Additional CPV code(s)

79512000

33195000

33195200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/accesscontrol systems and grouped/hard wired schemes. Member organisations calling off from this frameworkagreement may require other types of calls monitored which will include;

•Out of hours call monitoring

•GPS device monitoring

•Location monitoring

•Lone worker monitoring/support

•Repairs reporting

•Environmental reporting

•Anti-social behaviour reporting

•Out of hours housing support services

•Disaster recovery

•Signposting

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.2

II.2.1) Title

Lot 4.2 - Mobile Response

II.2.2) Additional CPV code(s)

33195200

33195000

85112200

34221200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot covers the provision of a mobile response service for customers who don’t have family members/keyholders as their emergency contact or require the service to relieve the burden on family members. The aim ofthe service is to maximise the independence of individuals to enable customers to remain in their own homethrough the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centreand provide a suitable human response.

There are two types of mobile response service;

•Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertakenwithin 4 hours of notification.

•Emergency visit – an emergency visit made to the service user in response to an alert being received by thecontrol centre. Visits to be undertaken within 1 hour of notification.

Member organisations may also require additional services which could include but not be limited to;

•Cover for scheme managers (sickness/holidays)

•Emergency cover

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.3

II.2.1) Title

Lot 4.3 - Call Monitoring and Mobile Response

II.2.2) Additional CPV code(s)

33195000

33195200

34221200

79512000

85112200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

The requirements of this sub-lot are the combination of sub-lot 4.1 and 4.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot(4.3).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/09/2023

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/09/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2027

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/respond/AMU92F7MT5</a>

GO Reference: GO-2023817-PRO-23670034

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3

Sunderland

UK

VI.4.2) Body responsible for mediation procedures

See VI.4.3

Sunderland

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.

The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

VI.4.4) Service from which information about the review procedure may be obtained

See VI.4.3

Sunderland

UK

VI.5) Date of dispatch of this notice

17/08/2023

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
35121700 Alarm systems Security equipment
79512000 Call centre Telephone-answering services
33123210 Cardiac-monitoring devices Cardiovascular devices
33195200 Central monitoring station Patient-monitoring system
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
33196200 Devices for the disabled Medical aids
32546000 Digital switching equipment Switchboards
45310000 Electrical installation work Building installation work
38311000 Electronic scales and accessories Precision balances
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
32552120 Emergency telephones Electrical apparatus for line telephony or line telegraphy
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625100 Fire-detection systems Burglar and fire alarms
45314000 Installation of telecommunications equipment Electrical installation work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51410000 Installation services of medical equipment Installation services of medical and surgical equipment
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
33196000 Medical aids Miscellaneous medical devices and products
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33190000 Miscellaneous medical devices and products Medical equipments
34221200 Mobile emergency units Special-purpose mobile containers
85112200 Outpatient care services Hospital support services
33195000 Patient-monitoring system Miscellaneous medical devices and products
50000000 Repair and maintenance services Other Services
50342000 Repair and maintenance services of audio equipment Repair and maintenance services of audio-visual and optical equipment
50421000 Repair and maintenance services of medical equipment Repair and maintenance services of medical and surgical equipment

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:
tenders@consortiumprocurement.org.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.