Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
UK
Contact person: Tender Services
E-mail: tenders@westminster.gov.uk
NUTS: UKI3
Internet address(es)
Main address: https://wcc.ukp.app.jaggaer.com
Address of the buyer profile: www.westminster.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wcc.ukp.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WCC/RBKC Homecare and Reablement Framework.
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.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/
II.1.5) Estimated total value
Value excluding VAT:
233 764 000.00
GBP
II.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)
II.2) Description
Lot No: Lot 2
II.2.1) Title
Spot Provision
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
63 382 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1
II.2.1) Title
Neighbourhood Provision
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
150 025 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Complex by Exception
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 074 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Reablement and Hospital Discharge Bridging
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
13 784 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
On-site 7-day provision at homeless hostels
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.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).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per procurement documents
Minimum level(s) of standards required:
As per procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per procurement documents
Minimum level(s) of standards required:
As per procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement 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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
UK
VI.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).
VI.5) Date of dispatch of this notice
27/09/2024