Tender

Care and Support Agencies

  • Peabody Trust

F02: Contract notice

Notice identifier: 2021/S 000-022849

Procurement identifier (OCID): ocds-h6vhtk-02e0af

Published 14 September 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Peabody Trust

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Email

reena.nijjar@peabody.org.uk

Telephone

+44 2038284233

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.peabody.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./TJYG698426

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Care and Support Agencies

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

Peabody are looking for Agencies to help provide us with providing shift cover for our Care and Support arm of the business in various areas from London to Essex.

This Framework relates to the provision of Agencies for Care and Support to enter into Call-Off agreements to provide services for the specified Lots below as required by Peabody;

Lot 1Care London

Lot 2Care North Essex

Lot 3 Care South Essex

Lot 4 Essex Support

Lot 5 London Support

two.1.5) Estimated total value

Value excluding VAT: £2,237,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Care London

Lot No

1

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 1 – Care, London – comprises our London based care services which is a small but growing part of our overall care and support portfolio. This part of the business is made up of supported housing services for people with learning disabilities and mental health needs. The services require staff cover 24 hours per day with a mixture of waking night or sleep in cover depending on the service. The majority of our customers in our London care services are relatively independent with only a limited amount of CQC regulated activity (medication administration and personal care) required.

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: £176,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TJYG698426

two.2) Description

two.2.1) Title

Care North Essex

Lot No

2

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 2 - Care, North Essex – comprises our North Essex based care services. These services are for people with learning disabilities many of whom are also physically disabled. The care needs of the people living in these services is generally quite high and can involve all forms of personal care including help with bathing, eating, getting dressed and continence care. In some cases staff require ‘moving and handling’ training to assist with hoisting individuals in and out of bed and into their wheelchair or mobility device.

Customers live in their own homes, often with one or two other people although there can be up to five that share. We also have clusters of up to eight flats where individuals live in their own self contained property but there is also an office and common room. Peabody are not always the landlord for these customers and we work with a variety of other social landlords.

Although we have some shorter visits the majority of the customers require staff to be in their home 24 hours per day with a mixture early shifts, late shifts and either waking night or sleep in cover depending on the service. This part of the business employs approximately 250 permanent staff.

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: £608,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas

two.2) Description

two.2.1) Title

Care - South Essex

Lot No

3

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 3 – Care, South Essex– comprises our South Essex based care services. These are similar in nature to our North Essex services however in addition to supporting people in their own homes it also includes three CQC Registered Care Homes. The care homes can be home for up to eight residents. This part of the business employs approximately 150 staff.

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: £322,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas

two.2) Description

two.2.1) Title

Essex Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 4 – Essex Support – comprises our Essex Support Services. This is made up of services for homeless people, services for young adults, a small number of mental health services and a substantial outreach. The customers living in these services do not require personal care however they do need help with developing their independence, budgeting skills and preparing to move on to more settled accommodation. The majority of these services require 24 hour staffing with a mixture of waking night or sleep in cover depending on the service. This part of the business employs approximately 100 staff.

Our Essex Outreach service is also included in this lot and has a staff team of 100 people who visit customers in the community. Where as all of the other services listed in Lot 4 are accommodation based in nature, with staff working shifts and customers staying for anything from a couple of nights up to two years, our outreach service is different. Staff in the outreach service tend to work office hours. The service is funded by Essex County Council to work with anyone in the community regardless of the type of accommodation they are living in.

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: £308,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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) Description

two.2.1) Title

London Support

Lot No

5

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 5 – London Support FA– comprises our London Support Services. These are similar in nature to our Essex Support Services however we have a larger number of mental health supported living services in London compared to Essex. Currently the main boroughs we work in are Islington, Hackney, Southwark, Lambeth, Lewisham and Greenwich although this is subject to change over time as we grow our service portfolio. We also have outreach services similar to that in Lot 5 in both Havering and Kensington and Chelsea.

In total we employ over 100 people in our London support services.

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: £823,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

The procurement involves the setting up of a dynamic purchasing system

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

15 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./TJYG698426

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/TJYG698426

GO Reference: GO-2021914-PRO-18904581

six.4) Procedures for review

six.4.1) Review body

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Telephone

+44 2038284233

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Telephone

+44 2038284233

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Telephone

+44 2038284233

Country

United Kingdom