Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Michael Glasspool
michael.glasspool@royalgreenwich.gov.uk
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPS 2298 - Provision of Adults & Children including Learning Disability, Home Care, Extra Care & Related Services Framework Agreement
Reference number
DN489856
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Borough of Greenwich is seeking a range of Providers for inclusion on a closed framework agreement who can demonstrate a strong record of accomplishment in the delivery of domiciliary homecare to a wide range of people. We are seeking providers of Homecare for adults and older people, care and support within the Extra Care schemes, providers of homecare to adults with learning disabilities and support for Children and young people.
two.1.5) Estimated total value
Value excluding VAT: £180,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Home Care Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
This contract will be delivered within the Royal Borough of Greenwich.
two.2.4) Description of the procurement
The Home care service lot consists of 7 neighbourhoods or geographical areas. A contract will be awarded to each neighbourhood. These are:
Neighbourhood 1: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Woolwich Common and Woolwich Riverside
Neighbourhood 2: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Thamesmead Mooring and Abbey Wood
Neighbourhood 3: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Glyndon and Plumstead.
Neighbourhood 4: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Shooters Hill, Charlton and Kidbrooke.
Neighbourhood 5: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Eltham West, Eltham North and Middle Park
Neighbourhood 6: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Eltham South and Cold Harbour
Neighbourhood 7: Homecare delivery
The provision of Domiciliary Homecare in the following wards located within the Royal Borough of Greenwich: Greenwich West, Blackheath and Peninsula
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £154,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement period is initially for a period of 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible framework agreement period of 8 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The call off terms will be for 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible contract period of 8 years. TUPE applies to this lot.
NOTE :
Due to the scale of the Tender, mobilisation will take place over several months. Therefore, although the Contract Award will be May 2022 and any ‘new’ services commissioned in your neighbourhood will be provided by you at the start of the contract, the transfer of existing services within that area may not take place for up to 8 months (January 2023). We will ensure that full details of our mobilisation and transfer plan are available post selection questionnaire stage for providers who are invited to tender.
two.2) Description
two.2.1) Title
Extra Care Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
This contract will be delivered within the Royal Borough of Greenwich.
two.2.4) Description of the procurement
The provision of care and support services into the Extra care scheme. These will be awarded as follows:
Scheme 1: Colebrook House which is in Woolwich. This will be awarded in conjunction to Homecare in Neighbourhood 1
Scheme 2: Lakeview court which is in Thamesmead. This will be awarded in conjunction to Homecare in Neighbourhood 2
Scheme 3: Richard Neve House which is in Plumstead. This will be awarded in conjunction to Homecare in Neighbourhood 3
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement period is initially for a period of 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible framework agreement period of 8 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The call off terms will be for 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible contract period of 8 years. TUPE applies to this Lot.
NOTE :
Due to the scale of the Tender, mobilisation will take place over several months. Therefore, although the Contract Award will be May 2022 and any ‘new’ services commissioned in your neighbourhood will be provided by you at the start of the contract, the transfer of existing services within that area may not take place for up to 8 months (January 2023). We will ensure that full details of our mobilisation and transfer plan are available post selection questionnaire stage for providers who are invited to tender.
two.2) Description
two.2.1) Title
Delivery of Homecare to adults living with a Learning Disability
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
This contract will be delivered within the Royal Borough of Greenwich.
two.2.4) Description of the procurement
The provision of specialist homecare services to adults living with a learning disability within the Royal Borough of Greenwich. This lot will be awarded up to three specialist providers boroughwide in combination with lots 1 and 2 . Also can be awarded in addition to lot 4 .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement period is initially for a period of 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible framework agreement period of 8 years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The call off terms will be for 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible contract period of 8 years.
NOTE :
Due to the scale of the Tender, mobilisation will take place over several months. Therefore, although the Contract Award will be May 2022 and any ‘new’ services commissioned in your neighbourhood will be provided by you at the start of the contract, the transfer of existing services within that area may not take place for up to 8 months (January 2023). We will ensure that full details of our mobilisation and transfer plan are available post selection questionnaire stage for providers who are invited to tender.
two.2) Description
two.2.1) Title
Delivery of homecare to Children and Young People
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
This contract will be delivered within the Royal Borough of Greenwich.
two.2.4) Description of the procurement
The provision of specialist homecare services to children and young people within the Royal Borough of Greenwich. This lot will be awarded up to three specialist providers boroughwide in combination with lots 1 and 2 . Also can be awarded in addition to lot 3 .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement period is initially for a period of 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible framework agreement period of 8 years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The call off terms will be for 4 years although Royal Greenwich reserves the right to extend each Contract (from all Lots i.e. 1-4) on the same terms for a further period or periods of up to 48 months making a total possible contract period of 8 years.
NOTE :
Due to the scale of the Tender, mobilisation will take place over several months. Therefore, although the Contract Award will be May 2022 and any ‘new’ services commissioned in your neighbourhood will be provided by you at the start of the contract, the transfer of existing services within that area may not take place for up to 8 months (January 2023). We will ensure that full details of our mobilisation and transfer plan are available post selection questionnaire stage for providers who are invited to tender.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Providers staff will be required to maintain the relevant qualifications. Organisations are expected to have the relevant CQC accreditation. Details are provided in the tender documentation. Also, providers will be required to deliver social value as an added value to the community where the service is being delivered in line with the Public Services ( Social Value ) Act 2012
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This is stated in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The 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:
The nature of this service, and the potential disruption to service users, means a change in provider within a short period will have a negative effect on service users. Furthermore regular competition could cause potential disruption to service users.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009619
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 July 2021
Local time
12:00pm
Changed to:
Date
23 July 2021
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement will be managed electronically via the RBG Proactis e- tendering Suite. To
participate in this procurement, participants shall first be registered on the eTendering Suite.
If bidders have not yet registered on the eTendering Suite, this can be done online at
https://royalgreenwich.proactishosting.com/ and click on the tap ‘supplier registration’.
Note: registration may take some time, therefore, please ensure that you allow enough time
to register. Full instructions for registration and use of the system can be found at
https://supplierhelp.due-north.com/ For technical assistance on use of the eSourcing Suite,
please contact Proactis Helpdesk Freephone: 0345 0103503.
Once registration is completed, the registered user will receive a notification email to alert
them that this has been done. A registered user can express an interest for a specific
procurement. This is done by looking at the opportunity’s section and selecting the contract
you want to tender for.
As a user of the e-Tendering Suite, you will have access to Proactis e-Portal email messaging
service which facilitates all messages sent to you and from you in relation to any specific
Tender event. Please note it is your responsibility to access these emails on a regular basis to
ensure you have sight of all relevant information applicable to this opportunity. All
communications relating to this tender exercise must be via e-portal messaging system. No
direct emails to officers will be answered unless you are having problems communicating
through the portal. This process aims to improve audit trails as well as avoid duplication.
Please note, social value considerations are included in this contract. Details are stated in
the tender documents.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period
after notification to unsuccessful applicants of the award decision
six.4.4) Service from which information about the review procedure may be obtained
Royal Borough of Greenwich
The Woolwich Centre
London
SE18 6HQ
Country
United Kingdom