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