Technologies for Independent Living: Telecare, Telehealth Framework

A Contract Award Notice
by PROCUREMENT FOR HOUSING

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£5M-£25M
Sector
TECHNOLOGY
Published
18 Aug 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 19 suppliers

Description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

Lot Division

1 Telecare: Equipment, and Associated Services

Lot 1 will provide members a full range of telecare solutions, including but not limited to; the supply of equipment related to call centre, warden call, telecare, technology and telephony solutions together with associated services, including but not limited to; Installation, design, servicing, repairs, maintenance, advisory and consultancy services, project and asset management. PfH anticipates awarding places Lot 1 to six suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received.

Award Criteria
Quality 60
price 40
2 Telehealth Solutions

Lot 2 will provide members a full range of telehealth solutions, including but not limited to; telehealth and remote patient monitoring and software solutions, technology and telephony equipment and solutions, supply of equipment and provision of repairs, service, maintenance and associated services. PfH anticipates awarding places on Lot 2 to five suppliers, however, reserve the right to award places to a greater or fewer number of suppliers depending on the bids received.

Award Criteria
Quality 60
price 40
3 Monitoring Services and Solutions

Lot 3 will provide members a full range of monitoring solutions, including but not limited to; the provision of call monitoring from a range of devices or sensors, including but not limited to dispersed alarms, telecare/telehealth devices, door entry and access control systems, fire alarms, intruder alarms, lifts and group living schemes. Additionally, this lots allows for the provision of equipment supply in relation to call monitoring services together with technology and telephony based solutions. PfH anticipates awarding places on Lot 3 to five suppliers but reserves the right to award a greater or fewer number of places depending on the bids received

Award Criteria
Quality 60
price 40
4 Telecare Equipment and Monitoring Services

Lot 4 offers members the opportunity to call off requirements for services spanning both Lot 1 and 3, enabling both the member and supplier to develop and implement a total telecare solution under the remit of a single supplier. PfH anticipates awarding places on Lot 4 to five suppliers but reserves the right to award a greater or fewer number of places depending on the bids received. Bidders should note that to apply for Lot 4 they must also have applied for Lots 1 and 3.

Award Criteria
Quality 60
price 40
5 Monitoring and Data Applications, Software and Cloud Based Services

Lot 5 offers members the opportunity to call off requirements for the provision of call monitoring and data applications, software and cloud based services and solutions relating to both telecare and telehealth or a combination of both services. PfH anticipates awarding places on lot 3 to five suppliers but reserves the right to award a greater or fewer number of places depending on the bids received.

Award Criteria
Quality 60
price 40
6 Integrated Managed Services

Lot 6 offers members the opportunity to call off requirements for managed services for the design, implementation, benefits realisation and continuous improvement of integrated telecare and telehealth products and services. A managed service must have as its core objective the provision of products and services relating to telecare or telehealth and operate to integrate multiple services and agencies (e.g. housing, local authorities, the health service, voluntary and community organisations etc). PfH anticipates awarding places on Lot 6 to three suppliers but reserves the right to award a greater or fewer number of places depending on the bids received. Bidders should note that to apply for Lot 6 they must also have applied for Lots 1 and 3.

Award Criteria
Quality 70
price 30

Award Detail

1 Tunstall Healthcare (Whitley Bridge)
  • Monitoring Services and Solutions
  • Reference: 024416-2023-1
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
2 Appello Smart Living Solutions (New Milton)
  • Monitoring Services and Solutions
  • Reference: 024416-2023-1
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
3 Careium (Blackburn)
  • Monitoring Services and Solutions
  • Reference: 024416-2023-1
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
4 Astraline Tec (Cheadle Hulme)
  • Monitoring Services and Solutions
  • Reference: 024416-2023-1
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
5 Progress Housing Group (Leyland)
  • Monitoring Services and Solutions
  • Reference: 024416-2023-1
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
6 Tunstall Healthcare (Whitley Bridge)
  • Telecare Equipment and Monitoring Services
  • Reference: 024416-2023-2
  • Value: £25,000,000 [share]
  • Awarded to group of suppliers.
7 Appello Smart Living Solutions (New Milton)
  • Telecare Equipment and Monitoring Services
  • Reference: 024416-2023-2
  • Value: £25,000,000 [share]
  • Awarded to group of suppliers.
8 Careium (Blackburn)
  • Telecare Equipment and Monitoring Services
  • Reference: 024416-2023-2
  • Value: £25,000,000 [share]
  • Awarded to group of suppliers.
9 Chubb Community Care (Blackburn)
  • Monitoring and Data Applications, Software and Cloud Based Services
  • Reference: 024416-2023-3
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
10 Tunstall Healthcare (Whitley Bridge)
  • Monitoring and Data Applications, Software and Cloud Based Services
  • Reference: 024416-2023-3
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
11 Appello Careline (New Milton)
  • Monitoring and Data Applications, Software and Cloud Based Services
  • Reference: 024416-2023-3
  • Value: £10,000,000 [share]
  • Awarded to group of suppliers.
12 Tunstall Healthcare (Whitley Bridge)
  • Integrated Managed Services
  • Reference: 024416-2023-4
  • Value: £5,000,000
13 Tunstall Healthcare (Whitley Bridge)
  • Telehealth Solutions
  • Reference: 024416-2023-5
  • Value: £15,000,000
14 Tunstall Healthcare (Whitley Bridge)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.
15 Appello Smart Living Solutions (New Milton)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.
16 Careium (Blackburn)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.
17 Chubb Community Care (Blackburn)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.
18 Chiptech (Lancaster)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.
19 Legrand Electric (Cramlington)
  • Telecare: Equipment, and Associated Services
  • Reference: 024416-2023-6
  • Value: £15,000,000 [share]
  • Awarded to group of suppliers.

CPV Codes

  • 85000000 - Health and social work services
  • 35113000 - Safety equipment
  • 35121000 - Security equipment
  • 35121700 - Alarm systems
  • 35120000 - Surveillance and security systems and devices
  • 32500000 - Telecommunications equipment and supplies
  • 45314000 - Installation of telecommunications equipment
  • 45233292 - Installation of safety equipment
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 51300000 - Installation services of communications equipment
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 80330000 - Safety education services
  • 80550000 - Safety training services
  • 51700000 - Installation services of fire protection equipment
  • 32510000 - Wireless telecommunications system
  • 33100000 - Medical equipments
  • 48213000 - Operating system enhancement software package
  • 48314000 - Voice recognition software package
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 71243000 - Draft plans (systems and integration)
  • 72211000 - Programming services of systems and user software
  • 31712112 - SIM cards
  • 32412100 - Telecommunications network
  • 32260000 - Data-transmission equipment
  • 32230000 - Radio transmission apparatus with reception apparatus
  • 50333100 - Repair and maintenance services of radio transmitters
  • 72720000 - Wide area network services
  • 32583000 - Data and voice media
  • 50610000 - Repair and maintenance services of security equipment
  • 31625200 - Fire-alarm systems
  • 85140000 - Miscellaneous health services
  • 85100000 - Health services
  • 75122000 - Administrative healthcare services
  • 85144000 - Residential health facilities services
  • 85323000 - Community health services
  • 79711000 - Alarm-monitoring services
  • 98000000 - Other community, social and personal services
  • 79511000 - Telephone operator services
  • 79512000 - Call centre
  • 32250000 - Mobile telephones
  • 32252000 - GSM telephones
  • 30213200 - Tablet computer
  • 33190000 - Miscellaneous medical devices and products
  • 64212000 - Mobile-telephone services
  • 33197000 - Medical computer equipment
  • 33140000 - Medical consumables
  • 48000000 - Software package and information systems
  • 48180000 - Medical software package
  • 48211000 - Platform interconnectivity software package
  • 48218000 - License management software package
  • 48219100 - Gateway software package
  • 48219700 - Communications server software package
  • 72200000 - Software programming and consultancy services
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 33195000 - Patient-monitoring system
  • 33123210 - Cardiac-monitoring devices
  • 72317000 - Data storage services
  • 32252110 - Hands-free mobile telephones (wireless)
  • 30200000 - Computer equipment and supplies
  • 30213000 - Personal computers
  • 30230000 - Computer-related equipment
  • 30237200 - Computer accessories
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 72212218 - License management software development services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72210000 - Programming services of packaged software products
  • 72212781 - System management software development services
  • 72212982 - Configuration management software development services
  • 48222000 - Web server software package
  • 48800000 - Information systems and servers
  • 48820000 - Servers
  • 48821000 - Network servers
  • 48822000 - Computer servers
  • 48823000 - File servers
  • 48824000 - Printer servers
  • 48825000 - Web servers
  • 72212222 - Web server software development services
  • 72422000 - Internet or intranet server application development services
  • 72212730 - Security software development services
  • 72212731 - File security software development services
  • 72212732 - Data security software development services
  • 73431000 - Test and evaluation of security equipment
  • 32412000 - Communications network
  • 32413000 - Integrated network
  • 32424000 - Network infrastructure
  • 32430000 - Wide area network
  • 32400000 - Networks
  • 32412110 - Internet network
  • 32410000 - Local area network
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72246000 - Systems consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79420000 - Management-related services
  • 79417000 - Safety consultancy services

Indicators

Other Information

Please refer to www.pfh.co.uk for additional information. PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector. PfH is sought professional and experienced suppliers to form a framework agreement for Technologies for Independent Living: Telecare, Telehealth Solutions. The Framework Agreement will be for an initial period of three (3) years with an option to extend for a further twelve (12) months. The scope of the agreement covers multiple product categories which includes a core list of Telecare and Telehealth equipment and solutions including but not limited to; telecare equipment and associated services, telehealth solutions, telecare monitoring services and solutions, call monitoring and data applications, software and cloud based services and integrated managed services. Bidders were advised to note that the estimated total Lot values provided within Document 1 - Invitation to Tender and in the Contract Notice, represent the estimated maximum spend ranges for each Lot. However, Tenderers were also advised to note that we expect the total value of the Framework Agreement across all lots to be less than that total sum, as it is unknown which contracting route will be selected by PfH Members. ** PREVIEW NOTICE, please check Find a Tender for full details. ** This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website : http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement. (MT Ref:230106)

Reference

Domains