Tender Details
Title

WCC/RBKC Homecare and Reablement Framework. 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 ...

Country
Language
English
Organization
Published Date
27.09.2024
Deadline Date
29.10.2024
Overview
WCC/RBKC Homecare and Reablement Framework. 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 ... Westminster City Council WCC/RBKC Homecare and Reablement Framework. - Opportunity WCC/RBKC Homecare and Reablement Framework. Westminster City Council F02: Contract notice Notice reference: 2024/S 000-031026 Published 27 September 2024, 2:55pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (5 lots)II. Object (5 lots) Scope of the procurement Lot 1. Neighbourhood Provision Lot 2. Spot Provision Lot 3. Complex by Exception Lot 4. Reablement and Hospital Discharge Bridging Lot 5. On-site 7-day provision at homeless hostels three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Westminster City Council 64 Victoria Street London SW1E 6QP Contact Tender Services Email tenders@westminster.gov.uk Country United Kingdom NUTS 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) CommunicationI.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 authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title WCC/RBKC Homecare and Reablement Framework. two.1.2) Main CPV codeII.1.2) Main CPV code 98000000 - Other community, social and personal services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.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 valueII.1.5) Estimated total value Value excluding VAT: £233,764,000 two.1.6) Information about lotsII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Neighbourhood Provision Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £150,025,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Spot Provision Lot No Lot 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £63,382,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Complex by Exception Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £6,074,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Reablement and Hospital Discharge Bridging Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £13,784,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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) DescriptionII.2) Description two.2.1) TitleII.2.1) Title On-site 7-day provision at homeless hostels Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 85000000 - Health and social work services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI - London two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £500,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.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 variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.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 informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.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 standingIII.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 abilityIII.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 contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions As per procurement documents Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Restricted procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.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)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.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 submittedIV.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 tenderIV.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 informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes six.3) Additional informationVI.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 reviewVI.4) Procedures for review six.4.1) Review bodyVI.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 procedureVI.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). Back to top 1727799971 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action WCC/RBKC Homecare and Reablement Framework.Westminster City Council  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 ...  Notice typeF02: Contract noticeClosing29 October 2024, 12:00pmContract locationUKI - LondonTotal value £233,764,000 Lot values £150,025,000; £63,382,000; £6,074,000; £13,784,000; £500,000 Publication date27 September 2024, 2:55pm
NAICS
Business All Other Professional Jewelry Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation All Other Personal Services Other Personal Services All Other Personal Services Religious Executive and Legislative Offices Financial Transactions Processing Justice Other Professional Cookie Highway Turned Product and Screw Other Justice Regulation Highway Direct Insurance (except Life Direct Life Jewelry Courts Courts Highway Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Logging Funds
CPVS
System, storage and content management software package Mains Networks Networking, Internet and intranet software development services Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Frames Records Thresholds Bridge Other community, social and personal services Supports System, storage and content management software development services Networking, Internet and intranet software package Watches Vats Logs Other services Keys Radio, television, communication, telecommunication and related equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Logs Nuts Awards Watches Hostel Single room Case making services
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Postal and Courier Services Roads and Highways-Bridge Infrastructure Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert