By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Telecare Call Monitoring Platform.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Wolverhampton City Council
Civic Centre, St Peters Square
For the attention of: Allison Robertson
WV1 1RL Wolverhampton
United Kingdom
E-mail:

Internet address(es):

General address of the contracting authority: http://www.wolverhampton.gov.uk

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

Electronic access to information: http://www.wolverhamptontenders.com

Electronic submission of tenders and requests to participate: http://www.wolverhamptontenders.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Telecare Call Monitoring Platform.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UKG3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Wolverhampton City Council (WCC) is inviting tenders from suitably experienced organisations capable of providing a technical platform to facilitate the 24/7 call monitoring operation for existing and new users of the Telecare/Carelink service.
WCC is progressing an ambitious development of its services in line with the Care Act policy drivers. The objective will be to intervene and support people earlier, reduce, defer and delay the need for more intensive support to help people be as independent as possible.
Technology is increasingly being used to support individuals and carers at the heart of care and support delivery, across all client groups and care settings. An enhanced Telecare offer would build confidence for individuals and carers when returning home.
The expansion of the Better Care Technology offer is an integral part of the city's ‘Promoting Independence policy’ and the ‘Home First Approach’ to support people to remain independent within their own home and community, with an objective to increase those benefitting from the service, currently c.4800 connections across the city, by an additional 3 000 new users by end of 2018.
The new model will provide one single offer to the wider public with the introduction of pro-active outbound calling to support individuals according to specific needs and to promote health and well-being messages and campaigns. This is a key requirement from the software solution provider which will build on the existing call handling system and support the delivery of an enhanced offer focusing on outcomes. WCC requires a technical platform that is aligned with the WCC's ICT Strategy of adopting Cloud Hosted Solutions.
II.1.6)Common procurement vocabulary (CPV)

72000000, 48000000, 32000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Wolverhampton City Council (WCC) is inviting tenders from suitably experienced organisations capable of providing a technical platform to facilitate the 24/7 call monitoring operation for existing and new users of the Telecare/Carelink service.
WCC is progressing an ambitious development of its services in line with the Care Act policy drivers. The objective will be to intervene and support people earlier, reduce, defer and delay the need for more intensive support to help people be as independent as possible.
Technology is increasingly being used to support individuals and carers at the heart of care and support delivery, across all client groups and care settings. An enhanced Telecare offer would build confidence for individuals and carers when returning home.
The expansion of the Better Care Technology offer is an integral part of the city's ‘Promoting Independence policy’ and the ‘Home First Approach’ to support people to remain independent within their own home and community, with an objective to increase those benefitting from the service, currently c.4800 connections across the city, by an additional 3 000 new users by end of 2018.
The new model will provide one single offer to the wider public with the introduction of pro-active outbound calling to support individuals according to specific needs and to promote health and well-being messages and campaigns. This is a key requirement from the software solution provider which will build on the existing call handling system and support the delivery of an enhanced offer focusing on outcomes. WCC requires a technical platform that is aligned with the WCC's ICT Strategy of adopting Cloud Hosted Solutions.
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the Procurement Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Procurement Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As set out in the Procurement Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Procurement Documents.
Minimum level(s) of standards possibly required: As set out in the Procurement Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Procurement Documents.
Minimum level(s) of standards possibly required:
As set out in the Procurement Documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PP16029
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 126-226522 of 2.7.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.9.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 60 months.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Interest in this tender opportunity should be expressed via the Council's tendering portal www.wolverhamptontenders.com. The Council reserves the right to cancel the procurement and not to proceed with the Contract. The Council also reserves the right not to award a Contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by contractors in preparing their tender submissions. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Director of Governance
Wolverhampton City Council, Civic Centre, St Peters Square
WV1 1RL Wolverhampton
United Kingdom
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or at risk of harm by any breach of the Council's obligations may take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.8.2016