Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Contact
Tender Services
Country
United Kingdom
Region code
UKI3 - Inner London – West
Internet address(es)
Main address
https://wcc.ukp.app.jaggaer.com
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wcc.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://wcc.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
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
WCC/RBKC Homecare and Reablement Framework.
two.1.2) Main CPV code
- 98000000 - Other community, social and personal services
two.1.3) Type of contract
Services
two.1.4) Short description
Westminster City Council and the Royal Borough of Kensington and Chelsea are recommissioning their current homecare services and are 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 services for adults. This opportunity is offered via a Multi-Lot Framework, consisting of 5 Lots in total. Service Overview: The homecare service will provide care and support to people in their own homes. This procurement is being conducted under the Light Touch Regime, providing flexibility in defining the procurement process. The Framework is a two-stage light touch process with restricted tender principles in accordance with Regulation 76 of the PCR.
Framework Details: The Homecare Framework is based on a core neighbourhood approach, with the main Lot 1 providing the majority of the homecare provision across the boroughs, enhanced and supported by provision across a further four Lots. The Framework consists of five Lots, allowing the Councils to purchase packages of care on a spot basis in line with the call-off arrangements described within the ITT Pack.
Invitation to Meet the Buyer Event
We are pleased to invite potential bidders to a “Meet the Buyer” event for this upcoming tender. This event will be conducted via Microsoft Teams on Monday 7th October, 2024 This is an excellent opportunity to gain insights into the tender requirements, ask questions, and network with our commissioning and procurement teams.
Event Details:
• Date: Monday 7th October, 2024
• Time: 12:00hrs to 13:00hrs
• Platform: Microsoft Teams
• Teams Details to Attend: Meeting ID: 341 584 944 566
Passcode: faeymg
We look forward to your participation.
Detailed service provision of all Lots can be found in the Specification and viewed via https://wcc.ukp.app.jaggaer.com/
two.1.5) Estimated total value
Value excluding VAT: £233,764,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1. Lot 1 Neighbourhood Providers (4 RBKC + 6 WCC neighbourhood call-off contracts)
2. Lot 2 Spot Providers (10 providers on the framework)
3. Lot 3 Complex by Exception (2 call-off contracts)
4. Lot 4 Reablement and Hospital Discharge Bridging (6 providers on the framework)
5. Lot 5 On-site 7-day provision at homeless hostels (1 call-off contract, WCC only)
two.2) Description
two.2.1) Title
Neighbourhood Provision
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Place-based homecare across 10 geographic locations. All new referrals will be received by Lot 1 Service providers in the 1st instance.
For further information and access to the specification, please login/register on the e-tendering portal (Jaggaer).
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: £150,025,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
5 year initial term with options to extend by up to 2 years. Possible total of 7 years.
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
Spot Provision
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Where the Lot 1 Neighbourhood Provider cannot take the referral due to capacity concerns or being unable to meet service user needs, the referral will be offered to Lot 2 Spot Provision homecare Service Providers.
For further information and access to the specification, please login/register on the e-tendering portal (https://wcc.ukp.app.jaggaer.com).
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: £63,382,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
5 year initial term with options to extend by up to years. Possible total of 7 years.
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
Complex by Exception
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Homecare delivered across geographic locations, supporting behaviours that challenge.
For further information and access to the specification, please login/register on the e-tendering portal (https://wcc.ukp.app.jaggaer.com).
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: £6,074,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
5 year initial term with options to extend by up to 2 years. Possible total of 87years.
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
Reablement and Hospital Discharge Bridging
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Reablement service will provide care for a period of up to 6-weeks to assist service users to regain skills they have lost and to enable assessment of their care needs going forward.
For further information and access to the specification, please login/register on the e-tendering portal (https://wcc.ukp.app.jaggaer.com).
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: £13,784,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
5year initial term with options to extend by up to 2 years. Possible total of 7 years.
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
On-site 7-day provision at homeless hostels
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
In-reach homecare services within homeless hostels to a small number of individuals who meet the threshold for Adult Social Care (ASC) services. Service users are typically those with co-morbidity and a complexity of needs that cannot be met by the incumbent Service Provider who typically delivers housing related activities at the homeless hostels.
For further information and access to the specification, please login/register on the e-tendering portal (https://wcc.ukp.app.jaggaer.com).
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
5 year initial term with options to extend by up to 2 years. Possible total of 7 years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
As per procurement documents
Minimum level(s) of standards possibly required
As per procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
As per procurement documents
Minimum level(s) of standards possibly required
As per procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per 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:
This procurement is being conducted under the Light Touch Regime, providing flexibility in defining the procurement process. The Framework is a two-stage light touch process with restricted tender principles in accordance with Regulation 76 of the PCR.
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
29 October 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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Invitation to Meet the Buyer Event
We are pleased to invite potential bidders to a “Meet the Buyer” event for this upcoming tender. This event will be conducted via Microsoft Teams on Monday 7th October, 2024 This is an excellent opportunity to gain insights into the tender requirements, ask questions, and network with our commissioning and procurement teams.
Event Details:
• Date: Monday 7th October, 2024
• Time: 12:00hrs to 13:00hrs
• Platform: Microsoft Teams
• Teams Details to Attend: Meeting ID: 341 584 944 566
Passcode: faeymg
We look forward to your participation
To access all tender documentation, interested organisation must register or log in to the e-tendering portal found at https://wcc.ukp.app.jaggaer.com/
Tender responses will only be valid via this portal.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).