Tender

WCC/RBKC Homecare and Reablement Framework.

  • Westminster City Council

F02: Contract notice

Notice identifier: 2024/S 000-031026

Procurement identifier (OCID): ocds-h6vhtk-04a3ba

Published 27 September 2024, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Contact

Tender Services

Email

tenders@westminster.gov.uk

Country

United Kingdom

Region code

UKI3 - Inner London – West

Internet address(es)

Main address

https://wcc.ukp.app.jaggaer.com

Buyer's address

www.westminster.gov.uk

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).