Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}