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

Tender for the Provision of Digital Telehealth Care System

  • First published: 31 January 2023
  • Last modified: 31 January 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-03a138
Published by:
Halton Borough Council
Authority ID:
AA20565
Publication date:
31 January 2023
Deadline date:
01 March 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Halton Borough Council wishes to procure a replacement electronic Telehealthcare alarm monitoring, and lone working system. The current Tunstall solution delivers a telecare alarm and response service to over approx. 2300 customers and receives over 176,255 alarm calls a year responding to 4565 alarms each year by a manned dispatch team.

The current contract with Tunstall expires in April 2023 and the Council wishes to procure a replacement digital solution.

An additional driver for the change is to align any system with the scheduled switch over of the national telecommunications infrastructure from analogue (PSTN) to digital (IP) telephone services by 2025. More recently the service has begun to implement Assistive Technology (AT) and Telehealth solutions into Customers Care Plans. Most of the AT operates utilising digital ready IP. The AT equipment includes home monitoring-based solutions consisting of consumer led Internet of Things (IOT) sensors and GPS tracking devices. The Council are actively promoting how technology products in the consumer tech market can help residents to have a positive impact on their life, such as reducing social isolation and enabling them to retain independence in their own homes.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Halton Borough Council

Kingsway House, Kingsway

Widnes

WA8 7EA

UK

Contact person: Mrs Pauline Lowe

Telephone: +44 1511111111

E-mail: pauline.lowe@halton.gov.uk

NUTS: UKD71

Internet address(es)

Main address: http://www2.halton.gov.uk

Address of the buyer profile: http://www2.halton.gov.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:

www.the-chest.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.the-chest.org.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

Tender for the Provision of Digital Telehealth Care System

Reference number: DN653272

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Halton Borough Council wishes to procure a replacement electronic Telehealthcare alarm monitoring, and lone working system. The current Tunstall solution delivers a telecare alarm and response service to over approx. 2300 customers and receives over 176,255 alarm calls a year responding to 4565 alarms each year by a manned dispatch team.

The current contract with Tunstall expires in April 2023 and the Council wishes to procure a replacement digital solution.

An additional driver for the change is to align any system with the scheduled switch over of the national telecommunications infrastructure from analogue (PSTN) to digital (IP) telephone services by 2025. More recently the service has begun to implement Assistive Technology (AT) and Telehealth solutions into Customers Care Plans. Most of the AT operates utilising digital ready IP. The AT equipment includes home monitoring-based solutions consisting of consumer led Internet of Things (IOT) sensors and GPS tracking devices. The Council are actively promoting how technology products in the consumer tech market can help residents to have a positive impact on their life, such as reducing social isolation and enabling them to retain independence in their own homes.

II.1.5) Estimated total value

Value excluding VAT: 430 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

Halton Borough Council wishes to procure a replacement electronic Telehealthcare alarm monitoring, and lone working system. The current Tunstall solution delivers a telecare alarm and response service to over approx. 2300 customers and receives over 176,255 alarm calls a year responding to 4565 alarms each year by a manned dispatch team.

The current contract with Tunstall expires in April 2023 and the Council wishes to procure a replacement digital solution.

An additional driver for the change is to align any system with the scheduled switch over of the national telecommunications infrastructure from analogue (PSTN) to digital (IP) telephone services by 2025. More recently the service has begun to implement Assistive Technology (AT) and Telehealth solutions into Customers Care Plans. Most of the AT operates utilising digital ready IP. The AT equipment includes home monitoring-based solutions consisting of consumer led Internet of Things (IOT) sensors and GPS tracking devices. The Council are actively promoting how technology products in the consumer tech market can help residents to have a positive impact on their life, such as reducing social isolation and enabling them to retain independence in their own homes.

II.2.5) Award criteria

Criteria below:

Cost criterion: Pricing / Weighting: 40

Cost criterion: Quality / Weighting: 60

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

Start: 01/06/2023

End: 31/05/2026

This contract is subject to renewal: Yes

Description of renewals:

Plus the option to extend for up to 2 x 3 years

until 31st May 2029 and 31st May 2032

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

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Critera as outlined within the Tender documents

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

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 01/03/2023

Local time: 11:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/03/2023

Local time: 11:05

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Halton Borough Council

Municipal Building

Widnes

UK

VI.5) Date of dispatch of this notice

30/01/2023

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related 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:
pauline.lowe@halton.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.