Tender

RBG Public Health Framework

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2024/S 000-026404

Procurement identifier (OCID): ocds-h6vhtk-03d435

Published 20 August 2024, 9:28am



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

Email

procurement@royalgreenwich.gov.uk

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.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

RBG Public Health Framework

Reference number

DN673415

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Greenwich (RBG) is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to establish an RBG Public Health Framework.

The Framework is comprised of four Lots. This includes Lot 1 Sexual Health Services, Lot 2 Preventative Health Services, Lot 3 Drug & Alcohol Services and Lot 4 Combination Lot for integrated services.

RBG is establishing a flexible Framework Agreement which deviates from traditional Framework Agreements in that it is designed to enable new providers to be admitted to it during its term.

The evaluation process to appoint potential framework providers on to this Framework will be a one-stage procedure involving the Standard Selection Questionnaire (SSQ) which will be evaluated on a pass/fail basis. With additional specific scored questions which will be asked in relation to Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services. Tenderers who pass the required minimum standards will be appointed onto the relevant lots.

Tenderers who are appointed to two Lots or more (from Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services) will automatically be appointed to Lot 4 Combination Lot for integrated services.

This procurement adheres to the Provider Selection Regime (PSR) competitive procedure. This Framework may also be used with the agreement of the Royal Borough of Greenwich by the six South East London (SEL) Boroughs and the South East London (SEL) Integrated Commissioning Board.

two.1.5) Estimated total value

Value excluding VAT: £196,686,706

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Sexual Health Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312330 - Family-planning services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

Lot 1 Sexual Health Services include but is not limited to:

GUM services, STI testing, STI treatment, CASH (Contraception and Sexual Health) Services, Reproductive health, STI/HIV prevention including Pre-exposure Prophylaxis (PrEP). As well as online provision.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend on this Lot for all potential call off contracts is £24,657,612. This anticipated to be within a range from £19,726,089 to £24,657,612.

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: £24,657,612

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: 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

Preventative Health Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

Lot 2 Prevention Health Services may include but is not limited to:

Smoking cessation services, diet and nutrition services, exercise and physical activity, live well services, NHS Health checks, weight management services and digital online services.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend for all call off contracts on this Lot is £36,905,205. This is anticipated to be within a range of £29,524,164 - £36,905,205

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: £36,905,205

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: 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

Drug & Alcohol Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 85312500 - Rehabilitation services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
  • UKI45 - Lambeth
  • UKI51 - Bexley and Greenwich
  • UKI61 - Bromley

two.2.4) Description of the procurement

Lot 3 Drug & Alcohol Services includes but is not limited to;

Resident and Community Treatment, Specialist misuse service provision, and associated services such as prescribing, psychological support and aftercare. This Lot also covers associated services with drug & alcohol provision such as specialist legal support services, specialist dentistry, digital services, community support groups/projects and support services for families.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend for all call off contracts on this Lot is £135,123,889. This is anticipated to be within a range of £23,259,111 - £135,123,889. This Lot may be used and/or accessed with the agreement of the Royal Borough of Greenwich by the six South East London (SEL) Boroughs and the South East London (SEL) Integrated Commissioning Board.

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: £135,123,889

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: 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

Combination Lot for Integrated Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 85312330 - Family-planning services
  • 85312500 - Rehabilitation services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
  • UKI45 - Lambeth
  • UKI51 - Bexley and Greenwich
  • UKI61 - Bromley

two.2.4) Description of the procurement

The Lot 4 is any possible combination of any of the services as described in Lot 1 Sexual Health Services, Lot 2 Preventative Health Services and Lot 3 Drug & Alcohol Services resulting in the delivery of Integrated Services.

Tenderers who are appointed to two Lots or more (from Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services) will automatically be appointed to Lot 4 Combination Lot for integrated services.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend of all call off contracts on this Lot is £196,686,706. This is anticipated to be within a range of £10,000 to £196,686,706.

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: £196,686,706

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: 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

Open 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:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-016076

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 September 2024

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

20 September 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Greenwich

2nd floor, Woolwich Centre

35 Wellington St, London

SE18 6HQ

Country

United Kingdom