Award

Ad Hoc Care Technology

ISLE OF WIGHT COUNCIL

This public procurement record has 1 release in its history.

Award

15 Apr 2025 at 16:05

Summary of the contracting process

The Isle of Wight Council has completed the procurement process for the supply of Ad Hoc Care Technology under the industry category of medical equipment, pharmaceuticals, and personal care products. The procurement process, which used a limited methodology due to urgent equipment requirements, included the signing of contracts worth £557,000 each with three different suppliers: TeleAlarm, Anywhere Care, and Tunstall Healthcare. The procurement concluded on March 31, 2025, and focused on delivering necessary care technology equipment to replace obsolete analogue units. This initiative falls under the region designated as UKJ34. The procurement process was justified by technical reasons and was carried out under the provisions of the European Directive 2014/24/EU.

This tender presents significant opportunities for businesses that supply innovative and compatible care technology solutions. Companies specialising in digital care technology equipment can leverage this procurement to expand their footprint in the public sector by demonstrating their product's compatibility and compliance with existing systems. Additionally, businesses with the capability to provide rapid and scalable solutions will find this contract ideal, as it emphasises the need for efficient supply chain processes to ensure continuous service delivery. The procurement aligns with the strategic goal of the Isle of Wight Council to modernise their care technology services and streamline contract management.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Ad Hoc Care Technology

Notice Description

The supply of Ad Hoc Care Technology

Lot Information

Lot 1

Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients. Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on. The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to - currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required PS124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained. The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service. A VEAT was issued and a standstill period applied. Additional information: Please note the total spend is PS557,000 rather than this amount per supplier.

Procurement Information

Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients. Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on. The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to - currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required PS124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained. The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service. A VEAT was issued and a standstill period applied.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05038b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015372-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

33000000 - Medical equipments, pharmaceuticals and personal care products

85000000 - Health and social work services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£557,000 £500K-£1M

Notice Dates

Publication Date
15 Apr 202510 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Mar 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ISLE OF WIGHT COUNCIL
Contact Name
Mrs Lucy Chandler
Contact Email
lucy.chandler@iow.gov.uk
Contact Phone
+44 1983821000

Buyer Location

Locality
NEWPORT
Postcode
PO30 1UD
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ34 Isle of Wight
Delivery Location
TLJ34 Isle of Wight

Local Authority
Isle of Wight
Electoral Ward
Newport Central
Westminster Constituency
Isle of Wight West

Supplier Information

Number of Suppliers
3
Supplier Names

ANYWHERE CARE

TELEALARM

TUNSTALL HEALTHCARE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05038b-2025-04-15T17:05:20+01:00",
    "date": "2025-04-15T17:05:20+01:00",
    "ocid": "ocds-h6vhtk-05038b",
    "initiationType": "tender",
    "tender": {
        "id": "DN764656",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Ad Hoc Care Technology",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33000000",
            "description": "Medical equipments, pharmaceuticals and personal care products"
        },
        "mainProcurementCategory": "goods",
        "description": "The supply of Ad Hoc Care Technology",
        "lots": [
            {
                "id": "1",
                "description": "Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients. Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on. The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to - currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required PS124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained. The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service. A VEAT was issued and a standstill period applied. Additional information: Please note the total spend is PS557,000 rather than this amount per supplier.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ34"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "Some of our clients have already had their telephone lines switched from analogue to digital which renders any analogue units unusable in their properties. This is also the same for new clients. We have very few lifelines left in stock and the ones we do have are analogue only. This mean we are unable to provide back-up lifelines to our existing customers if their current one has a fault leaving them without the service they are paying for. We are also unable to grow the service if we do not have lifelines to issue to new clients. Due to the urgency and need for the equipment this is the quickest way to ensure we are not left with no lifelines to provide for our service. We have used these suppliers for some time as they are compatible with our platform in which we have a contract with. We started to complete a PIF and find frameworks in which are providers use but were unable to find one in which all 3 providers were on. The intention is to tender for this provision at the same time as we tender for the platform provision that is currently provided by Tunstall until November 2025. This waiver allows us to continue purchasing whilst we go through the tendering exercise for both equipment and platform and bring all Wightcare contracts into one place with one timescale to work to - currently there is no systematic approach to contracts in the service which is inefficient. This need to go out to tender is imperative as, when looking at financial information for the waiver most recently, the spend for ad-hoc equipment exceeded the required PS124k over 4 years. This is because of having no formal contract and the changes in management of the service where an audit trail of compliance has not been maintained. The main reason for selecting these suppliers is down to compatibility and outstanding renewals. If we were to go to a different provider that may be compatible with our system, we will need to change out over 1700 lifelines which will come a significant cost and will be very time consuming to our service. A VEAT was issued and a standstill period applied."
    },
    "awards": [
        {
            "id": "015372-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-144239",
                    "name": "TeleAlarm"
                }
            ]
        },
        {
            "id": "015372-2025-1-2",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-144240",
                    "name": "Anywhere Care"
                }
            ]
        },
        {
            "id": "015372-2025-1-3",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-144241",
                    "name": "Tunstall Healthcare"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-67",
            "name": "Isle of Wight Council",
            "identifier": {
                "legalName": "Isle of Wight Council"
            },
            "address": {
                "streetAddress": "County Hall, High Street",
                "locality": "Newport",
                "region": "UKJ34",
                "postalCode": "PO30 1UD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Lucy Chandler",
                "telephone": "+44 1983821000",
                "email": "lucy.chandler@iow.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.iow.gov.uk",
                "buyerProfile": "http://www.iow.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-144239",
            "name": "TeleAlarm",
            "identifier": {
                "legalName": "TeleAlarm"
            },
            "address": {
                "locality": "Hertzstrase 2, Leipzig, Other (Non-UK), 04329, Germany",
                "region": "UKJ34",
                "postalCode": "04329",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-144240",
            "name": "Anywhere Care",
            "identifier": {
                "legalName": "Anywhere Care"
            },
            "address": {
                "streetAddress": "Unit 7, Twin Brook Business Park, Twin Brook Rd,",
                "locality": "Clitheroe",
                "region": "UKJ34",
                "postalCode": "BB7 1QX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-144241",
            "name": "Tunstall Healthcare",
            "identifier": {
                "legalName": "Tunstall Healthcare"
            },
            "address": {
                "streetAddress": "Whitley Lodge, Whitley, Goole DN14 0HR",
                "locality": "Goole",
                "region": "UKJ34",
                "postalCode": "DN14 0HR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-66",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-67",
        "name": "Isle of Wight Council"
    },
    "contracts": [
        {
            "id": "015372-2025-1-1",
            "awardID": "015372-2025-1-1",
            "status": "active",
            "value": {
                "amount": 557000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-31T00:00:00+01:00"
        },
        {
            "id": "015372-2025-1-2",
            "awardID": "015372-2025-1-2",
            "status": "active",
            "value": {
                "amount": 557000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-31T00:00:00+01:00"
        },
        {
            "id": "015372-2025-1-3",
            "awardID": "015372-2025-1-3",
            "status": "active",
            "value": {
                "amount": 557000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-31T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}