Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WCC/RBKC Homecare and Reablement Framework.

  • First published: 01 October 2024
  • Last modified: 01 October 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04a3ba
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
01 October 2024
Deadline date:
29 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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/

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
98000000 Other community, social and personal services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@westminster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.