II.2.2) Additional CPV code(s)
71356200
II.2.3) Place of performance
NUTS code:
UKL23
Main site or place of performance:
Across Wrexham County Borough
II.2.4) Description of the procurement
Telecare Service
The key aim of the Telecare service is to support individuals, using technology, to enhance their safety, independence, health and quality of life and enable to live as independently as possible. The Telecare Service is a flexible customer focused service of the highest quality and value, supporting customer choice and individual need. The successful organisation shall ensure the delivery of a quality Telecare Service, working consistently to set standards and timescales. The service includes receiving referrals, service user profiling, installation, removal, maintenance and repair of equipment, stock management, and call monitoring.
We are seeking to work in partnership with an organisation that is innovative and creative in finding solutions to meet our Service Users’ needs by utilising a wide range of Telecare technologies. The Telecare service is demand led and it is essential that the organisation is able to work with a flexible and responsive approach to deliver a bespoke service.
Telecare packages are offered on two levels:
A Standard Package to anyone who is vulnerable and would benefit from the service. It includes an alarm unit, personal trigger, smoke detector, heat extremes detector, inactivity monitor and a bogus caller button.
Enhanced Packages are assessed through health or social care assessment and include a broad range of Telecare equipment to meet a higher level of need. Packages are highly individualised in some cases, including bespoke Individual protocols to enable effective Telecare provision to service users with complex needs.
A key safe is installed as part of all Telecare packages to enable access in the event of a Telecare activation requiring on site response. Wrexham County Borough Council have a Mobile Response Service which is delivered by an in-house team (not included in this tender) and the Telecare Provider will work closely with this team to deliver a seamless service.
Currently Wrexham County Borough Council provides a Telecare services to 3500+ service users with approximately 2300 basic packages and 1200 enhanced The service is growing and it is expected that these numbers will increase year on year.
Approximate installation numbers are:
300 enhanced packages
300 basic packages
300 upgrades from basic to enhanced or upgrades to enhanced packages
Out of Hours (Non-Telecare) call monitoring
The Service Provider will monitor calls for various Council Departments/Services outside of standard opening hours.
These calls may be received for any department including Housing Repairs, Drainage, Highways.
In addition to general out of hours call handling there a number of specific non Telecare elements within the contract:
EDT: The Service Provider will act as the backup call handler for the Social Care North East Wales Emergency Duty Team (NEWEDT). NEWEDT handles emergency out of hours calls for Social Care Services in Wrexham, Flintshire and Denbighshire.
There are approximately 8000 of these calls per annum.
Carers Card: This service provides a ‘Carers Card’ to informal Carers (e.g. family or friend) to enable alternative care to be arranged in the event of an emergency affecting the carer The service provider will hold carer card details and individual protocols facilitate an appropriate response. Approximately 800 Carers are currently registered.
Key Safe Code Management: In addition to key safes details held for Telecare Service users, the service provider will hold secure records of key safes and codes for those fitted to properties where a Telecare package is not in place. These are, in the main, provided for domiciliary care provision. The service provider will work with the Council to implement a procedure for sharing key safe codes with authorised domiciliary care providers and other authorised services/ personnel.
The contract will run for 5 years with the option to extend it for a further 2 years in yearly increments, subject to review.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2018
End:
30/11/2023
This contract is subject to renewal: Yes
Description of renewals:
Up to 2 years in yearly increments and subject to review
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No