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
Telephone
+44 2089213620
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 2597 - Discharge to Assess
Reference number
DN621247
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Discharge to Assess is an approach prompted by NHS England in accordance with the Care Act 2014, encouraging multi-disciplinary working across health and social care. Focussing on an enabling model to promote independence, improve residents' well-being and prevent/reduce long-term care.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
This service focuses on patient flow and the facilitation of early discharge by ensuring that assessing a patient's long-term care needs is not done in an acute setting.
The service should consist of no more than ten beds that will primarily take referrals from QEH (not excluding other hospitals) with the gatekeeping function led by the Hospital Integrated Discharge Team in partnership with other relevant professionals.
The ethos of the assessment unit will be to enable partnership working to support residents to achieve individual goals as set out in their discharge to assess care plans.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: No
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
Although the term of the contract is 3 year (36 months) to one provider
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. 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
As stated in procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 August 2022
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 August 2022
Local time
12:15pm
Place
Royal Borough of Greenwich Offices
Information about authorised persons and opening procedure
Royal Borough of Greenwich staff.
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