Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
394_19 Electronic Homecare Monitoring and Scheduling Solutions
Reference number: 394_19
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractServices
II.1.4)Short description:
ESPO is seeking to establish a multi supplier Framework Agreement for the supply of systems to facilitate the monitoring and/or scheduling by local authorities and other service commissioners and service providers of home care (domiciliary care) services.
The requirement is for both stand alone and integrated systems, with various hosting options and technologies. Systems must be tailored to the needs of the home care sector.
To tender:
(a) go to www.eastmidstenders.org
(b) register;
(c) search for tender opportunity ‘394_19’;
(d) express an interest;
(e) download the tender from the website.
II.1.5)Estimated total valueValue excluding VAT: 24 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Electronic Homecare Monitoring Solutions
Lot No: 1
II.2.2)Additional CPV code(s)48450000 Time accounting or human resources software package
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
This lot covers systems that enable the customer to monitor whether its own and/or external care workers have visited a service user to provide care, at what times and for how long.
The following information is applicable to all lots:
— an eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement,
— ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate Framework Agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any second Framework Agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second Framework Agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 7 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 09/08/2019
End: 08/09/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)48332000 Scheduling software package
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
This lot covers systems that assist customers in scheduling care workers efficiently depending on variables such as, consistency, service user requirements/preferences, care worker availability and routing.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 7 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 09/09/2019
End: 08/09/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Integrated Electronic Homecare Monitoring and Scheduling Solutions
Lot No: 3
II.2.2)Additional CPV code(s)48332000 Scheduling software package
48450000 Time accounting or human resources software package
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
This lot will be used by customers who require a comprehensive system that combines the functionalities offered by both Lots 1 and 2.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 09/09/2019
End: 08/09/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/07/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 31/07/2019
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire and Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:19/06/2019