Agenda item

Assistive Technology and Call Handling Services to Support People in their Homes (City Wide Care Alarms - Kit/Calls Project)

Report of the Executive Director, People Services.

Decision:

9.1

The Executive Director, People Services submitted a report outlining the methodology for re-tendering kit/calls contracts and seeking permission to proceed. Two key contracts are due to expire at end April 2019.  The first is for the provision of assistive technology (kit) in people’s homes.  The second is for the provision of call handling services (calls) connecting people using assistive technology to a call centre.  Both contracts (kit and calls) are key pillars of the Council’s Social Care provision. 

 

 

9.2

RESOLVED: That Cabinet:- 

 

 

 

(a)

agrees that ESPO (Procurement Services for the Public Sector) be utilised to procure both contracts to commence in May 2019, based upon the current delivery model and in line with the report;

 

 

 

 

(b)

delegates authority to the Executive Director, People Services in consultation with the Director of Finance and Commercial Services to award such contracts, and thereafter to enter into such agreements to secure such services, detailed and in line with the report; and

 

 

 

 

(c)

delegates authority to the Executive Director, People Services, in consultation with the Director of Finance and Commercial Servicesto carry out such activities, where no existing authority exists, in order to meet the aims and objectives of the report.

 

 

 

9.3

Reasons for Decision

 

 

9.3.1

This proposal is the preferred option because the delivery model is tried and tested with the lowest cost/risk factors and the proposed procurement of the service will enable increased flexibility and innovation and at the same time allow integration opportunities and rationalisation of services to be explored.  

 

 

9.3.2

The outcome will be new assistive technology and call handling (kit/calls) contracts that are:

 

           More flexible and sustainable

           Innovative and up to date

           Customer focused and responsive

           Providing the right kit, to the right people at the right time

           Empowering - enabling greater independent living

           Supportive - helping vulnerable people and their carers

           Preventative - preventing falls and social isolation

           Investing to save - enabling future savings via prevention

 

 

9.4

Alternatives Considered and Rejected

 

 

9.4.1

Two further options were considered for both the call handling and equipment contracts:-

 

  • Extension of existing contracts for a set period of time was considered.  However, this option was rejected because it is not commercially or legally compliant.  In addition it fails to provide the flexibility and innovation required of the contracts moving forward.

 

  • Open tenders for both contracts.  This option was rejected because even though it would offer greater flexibility, it would not allow for further market testing to take place, or testing to understand the actual cost of provision.  It would also prevent any opportunity to integrate the current services with other activities and other strategic partners.

 

 

9.5

Any Interest Declared or Dispensation Granted

 

 

 

None

 

 

9.6

Reason for Exemption if Public/Press Excluded During Consideration

 

 

 

None

 

 

9.7

Respective Director Responsible for Implementation

 

 

 

Jayne Ludlam, Executive Director, People Services

 

 

9.8

Relevant Scrutiny and Policy Development Committee If Decision Called In

 

 

 

Overview and Scrutiny Management Committee

 

 

 

 

Minutes:

9.1

The Executive Director, People Services submitted a report outlining the methodology for re-tendering kit/calls contracts and seeking permission to proceed. Two key contracts are due to expire at the end of April 2019.  The first is for the provision of assistive technology (kit) in people’s homes.  The second is for the provision of call handling services (calls) connecting people using assistive technology to a call centre.  Both contracts (kit and calls) are key pillars of the Council’s Social Care provision. 

 

 

9.2

RESOLVED: That Cabinet:- 

 

 

 

(a)

agrees that ESPO (Procurement Services for the Public Sector) be utilised to procure both contracts to commence in May 2019, based upon the current delivery model and in line with the report;

 

 

 

 

(b)

delegates authority to the Executive Director, People Services, in consultation with the Director of Finance and Commercial Services, to award such contracts, and thereafter to enter into such agreements to secure such services, detailed and in line with the report; and

 

 

 

 

(c)

delegates authority to the Executive Director, People Services, in consultation with the Director of Finance and Commercial Services, to carry out such activities, where no existing authority exists, in order to meet the aims and objectives of the report.

 

 

 

9.3

Reasons for Decision

 

 

9.3.1

This proposal is the preferred option because the delivery model is tried and tested with the lowest cost/risk factors and the proposed procurement of the service will enable increased flexibility and innovation and at the same time allow integration opportunities and rationalisation of services to be explored.  

 

 

9.3.2

The outcome will be new assistive technology and call handling (kit/calls) contracts that are:

 

           More flexible and sustainable

           Innovative and up to date

           Customer focused and responsive

           Providing the right kit, to the right people at the right time

           Empowering - enabling greater independent living

           Supportive - helping vulnerable people and their carers

           Preventative - preventing falls and social isolation

           Investing to save - enabling future savings via prevention

 

 

9.4

Alternatives Considered and Rejected

 

 

9.4.1

Two further options were considered for both the call handling and equipment contracts:-

 

  • Extension of existing contracts for a set period of time was considered.  However, this option was rejected because it is not commercially or legally compliant.  In addition it fails to provide the flexibility and innovation required of the contracts moving forward.

 

  • Open tenders for both contracts.  This option was rejected because even though it would offer greater flexibility, it would not allow for further market testing to take place, or testing to understand the actual cost of provision.  It would also prevent any opportunity to integrate the current services with other activities and other strategic partners.

 

 

 

 

Supporting documents: