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

RBG Public Health Framework

  • First published: 21 August 2024
  • Last modified: 21 August 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03d435
Published by:
Royal Borough of Greenwich
Authority ID:
AA20360
Publication date:
21 August 2024
Deadline date:
20 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Royal Borough of Greenwich (RBG) is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to establish an RBG Public Health Framework.

The Framework is comprised of four Lots. This includes Lot 1 Sexual Health Services, Lot 2 Preventative Health Services, Lot 3 Drug & Alcohol Services and Lot 4 Combination Lot for integrated services.

RBG is establishing a flexible Framework Agreement which deviates from traditional Framework Agreements in that it is designed to enable new providers to be admitted to it during its term.

The evaluation process to appoint potential framework providers on to this Framework will be a one-stage procedure involving the Standard Selection Questionnaire (SSQ) which will be evaluated on a pass/fail basis. With additional specific scored questions which will be asked in relation to Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services. Tenderers who pass the required minimum standards will be appointed onto the relevant lots.

Tenderers who are appointed to two Lots or more (from Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services) will automatically be appointed to Lot 4 Combination Lot for integrated services.

This procurement adheres to the Provider Selection Regime (PSR) competitive procedure. This Framework may also be used with the agreement of the Royal Borough of Greenwich by the six South East London (SEL) Boroughs and the South East London (SEL) Integrated Commissioning Board.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

UK

E-mail: procurement@royalgreenwich.gov.uk

NUTS: UKI51

Internet address(es)

Main address: http://www.royalgreenwich.gov.uk/

Address of the buyer profile: http://www.royalgreenwich.gov.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.procontract.due-north.com


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

RBG Public Health Framework

Reference number: DN673415

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Royal Borough of Greenwich (RBG) is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to establish an RBG Public Health Framework.

The Framework is comprised of four Lots. This includes Lot 1 Sexual Health Services, Lot 2 Preventative Health Services, Lot 3 Drug & Alcohol Services and Lot 4 Combination Lot for integrated services.

RBG is establishing a flexible Framework Agreement which deviates from traditional Framework Agreements in that it is designed to enable new providers to be admitted to it during its term.

The evaluation process to appoint potential framework providers on to this Framework will be a one-stage procedure involving the Standard Selection Questionnaire (SSQ) which will be evaluated on a pass/fail basis. With additional specific scored questions which will be asked in relation to Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services. Tenderers who pass the required minimum standards will be appointed onto the relevant lots.

Tenderers who are appointed to two Lots or more (from Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services) will automatically be appointed to Lot 4 Combination Lot for integrated services.

This procurement adheres to the Provider Selection Regime (PSR) competitive procedure. This Framework may also be used with the agreement of the Royal Borough of Greenwich by the six South East London (SEL) Boroughs and the South East London (SEL) Integrated Commissioning Board.

II.1.5) Estimated total value

Value excluding VAT: 196 686 706.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Sexual Health Services

II.2.2) Additional CPV code(s)

85312330

II.2.3) Place of performance

NUTS code:

UKI51

II.2.4) Description of the procurement

Lot 1 Sexual Health Services include but is not limited to:

GUM services, STI testing, STI treatment, CASH (Contraception and Sexual Health) Services, Reproductive health, STI/HIV prevention including Pre-exposure Prophylaxis (PrEP). As well as online provision.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend on this Lot for all potential call off contracts is £24,657,612. This anticipated to be within a range from £19,726,089 to £24,657,612.

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: 24 657 612.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 2

II.2.1) Title

Preventative Health Services

II.2.2) Additional CPV code(s)

85323000

II.2.3) Place of performance

NUTS code:

UKI51

II.2.4) Description of the procurement

Lot 2 Prevention Health Services may include but is not limited to:

Smoking cessation services, diet and nutrition services, exercise and physical activity, live well services, NHS Health checks, weight management services and digital online services.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend for all call off contracts on this Lot is £36,905,205. This is anticipated to be within a range of £29,524,164 - £36,905,205

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: 36 905 205.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Drug & Alcohol Services

II.2.2) Additional CPV code(s)

85312500

85323000

II.2.3) Place of performance

NUTS code:

UKI44

UKI45

UKI51

UKI61

II.2.4) Description of the procurement

Lot 3 Drug & Alcohol Services includes but is not limited to;

Resident and Community Treatment, Specialist misuse service provision, and associated services such as prescribing, psychological support and aftercare. This Lot also covers associated services with drug & alcohol provision such as specialist legal support services, specialist dentistry, digital services, community support groups/projects and support services for families.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend for all call off contracts on this Lot is £135,123,889. This is anticipated to be within a range of £23,259,111 - £135,123,889. This Lot may be used and/or accessed with the agreement of the Royal Borough of Greenwich by the six South East London (SEL) Boroughs and the South East London (SEL) Integrated Commissioning Board.

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: 135 123 889.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Combination Lot for Integrated Services

II.2.2) Additional CPV code(s)

85312330

85312500

85323000

II.2.3) Place of performance

NUTS code:

UKI44

UKI45

UKI51

UKI61

II.2.4) Description of the procurement

The Lot 4 is any possible combination of any of the services as described in Lot 1 Sexual Health Services, Lot 2 Preventative Health Services and Lot 3 Drug & Alcohol Services resulting in the delivery of Integrated Services.

Tenderers who are appointed to two Lots or more (from Lot 1 Sexual Health Services, Lot 2 Preventive Health Services and Lot 3 Drug & Alcohol Services) will automatically be appointed to Lot 4 Combination Lot for integrated services.

RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider.

Services will be called off from the Framework through mini-competitions. Providers appointed to the relevant Lot will be invited to participate. The Council may in its discretion choose to award an order via a direct award process only where there is only one supplier under the relevant lot or where the other suppliers under the lot are unable to provide the Services.

The maximum value of spend of all call off contracts on this Lot is £196,686,706. This is anticipated to be within a range of £10,000 to £196,686,706.

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: 196 686 706.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-016076

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/09/2024

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)

IV.2.7) Conditions for opening of tenders

Date: 20/09/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

VI.4) Procedures for review

VI.4.1) Review body

The Royal Borough of Greenwich

2nd floor, Woolwich Centre

35 Wellington St, London

SE18 6HQ

UK

VI.5) Date of dispatch of this notice

20/08/2024

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85312330 Family-planning services Social work services without accommodation
85312500 Rehabilitation services Social work services without accommodation

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:
procurement@royalgreenwich.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.