RBG Public Health Framework

A Contract Award Notice
by ROYAL BOROUGH OF GREENWICH

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
73M-393M
Sector
HEALTH
Published
21 Mar 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 42 suppliers

Description

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made by midnight on 02/04/25. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Representations should be sent: procurement@royalgreenwich.gov.uk Award decision maker: Chief Officer for RBG Public Health No conflicts of interest were identified as part of this process.

Lot Division

1 Sexual Health Services
  • Value: 20M-25M

This notice is an intention to award a framework under the competitive process of the Provider Selection Regime (PSR) for the appointment of providers onto the RBG Public Health Framework following the Provider Selection Regime Competitive Process. 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. The evaluation involved the Basic Selection Criteria which was evaluated on a pass/fail basis, and additional questions which were scored. Tenderers who met the minimum criteria are to be appointed onto the framework. 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. 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. 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. 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. RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider The framework is a newly established framework. The framework will include both new and existing providers. The framework will be for a term of 4 years. The framework is anticipated to commence on 1st May 2025.

Award Criteria
Basic Selection Criteria and Additional Questions: Pass/Fail 0%
price 0%
2 Preventative Health Services
  • Value: 30M-37M

This notice is an intention to award a framework under the competitive process of the Provider Selection Regime (PSR) for the appointment of providers onto the RBG Public Health Framework following the Provider Selection Regime Competitive Process. 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 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 involved the Basic Selection Criteria which was evaluated on a pass/fail basis, and additional questions which were scored. Tenderers who met the minimum criteria are to be appointed onto the framework. 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. 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. RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider. The framework will include both new and existing providers. The framework is a newly established framework. The framework is a newly established framework. The framework will be for a term of 4 years. The framework is anticipated to commence on 1st May 2025.

Award Criteria
Basic Selection Criteria and Additional Questions Pass/Fail 0%
price 0%
3 Drug & Alcohol Services
  • Value: 23M-135M

This notice is an intention to award a framework under the competitive process of the Provider Selection Regime (PSR) for the appointment of providers onto the RBG Public Health Framework following the Provider Selection Regime Competitive Process. 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 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 involved the Basic Selection Criteria which was evaluated on a pass/fail basis, and additional questions which were scored. Tenderers who met the minimum criteria are to be appointed onto the framework. 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. 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. RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider. The framework will include both new and existing providers. The framework is a newly established framework. The framework will be for a term of 4 years. The framework is anticipated to commence on 1st May 2025.

Award Criteria
Basic Selection Criteria and Additional Questions Pass/Fail 0%
price 0%
4 Combination Lot for Integrated Services
  • Value: 10K-197M

This notice is an intention to award a framework under the competitive process of the Provider Selection Regime (PSR) for the appointment of providers onto the RBG Public Health Framework following the Provider Selection Regime Competitive Process. 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 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 involved the Basic Selection Criteria which was evaluated on a pass/fail basis, and additional questions which were scored. Tenderers who met the minimum criteria are to be appointed onto the framework. 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. 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 £196,686,706. This is anticipated to be within a range of £10,000 - £196,686,706. 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. RBG provides no guarantee of any work or any minimum volumes to any appointed Framework Provider. The framework will include both new and existing providers. The framework is a newly established framework. The framework will be for a term of 4 years. The framework is anticipated to commence on 1st May 2025.

Award Criteria
Basic Selection Criteria and Additional Questions Pass/Fail 0%
price 0%

Award Detail

1 Greenwich Health (London)
  • Reference: 010730-2025-sexual health services-1
2 Greenwich PCN Alliance (London)
  • Reference: 010730-2025-sexual health services-2
3 Jane Walker Consultancy (London)
  • Reference: 010730-2025-sexual health services-3
4 Lewisham & Greenwich NHS Trust (London)
  • Reference: 010730-2025-sexual health services-4
5 Metro Centre (London)
  • Reference: 010730-2025-sexual health services-5
6 Thorbrand (Glasgow)
  • Reference: 010730-2025-sexual health services-6
7 Oxleas NHS Trust (Kent)
  • Reference: 010730-2025-sexual health services-7
8 Preventx (South Yorkshire)
  • Reference: 010730-2025-sexual health services-8
9 SH24 CIC (London)
  • Reference: 010730-2025-sexual health services-9
10 South of England Foundation (London)
  • Reference: 010730-2025-sexual health services-10
11 Turning Point Services (London)
  • Reference: 010730-2025-sexual health services-11
12 Blackheath Standard Surgery (Greater London)
  • Reference: 010730-2025-preventative health services-12
13 BM Homecare (London)
  • Reference: 010730-2025-preventative health services-13
14 Bromley Healthcare Community Interest (Kent)
  • Reference: 010730-2025-preventative health services-14
15 Everyone Health (Hinckley)
  • Reference: 010730-2025-preventative health services-15
16 Greenwich Cooperative Development Agency (Royal Hill)
  • Reference: 010730-2025-preventative health services-16
17 Greenwich Leisure (London)
  • Reference: 010730-2025-preventative health services-17
18 Greenwich Health (London)
  • Reference: 010730-2025-preventative health services-18
19 Greenwich PCN Alliance (London)
  • Preventative Health Services
  • Reference: 010730-2025-preventative health services-19
20 Ice Creates (Wirral)
  • Preventative Health Services
  • Reference: 010730-2025-preventative health services-20
21 Intuitive Thinking Skills (Manchester)
  • Reference: 010730-2025-preventative health services-21
22 Maximus UK Services (Leicester)
  • Reference: 010730-2025-preventative health services-22
23 Morelife (Leeds)
  • Preventative Health Services
  • Reference: 010730-2025-preventative health services-23
24 Primary Care Dietitians (Pudsey)
  • Reference: 010730-2025-preventative health services-24
25 Pulse Healthcare (London)
  • Reference: 010730-2025-preventative health services-25
26 Reed Wellbeing (London)
  • Reference: 010730-2025-preventative health services-26
27 South of England Foundation (London)
  • Reference: 010730-2025-preventative health services-27
28 TBC Healthcare (London)
  • Reference: 010730-2025-preventative health services-28
29 Volunteer Centre Greenwich (London)
  • Reference: 010730-2025-preventative health services-29
30 B Young Stars (London)
  • Reference: 010730-2025-preventative health services-30
31 Change Grow Live Services (Brighton)
  • Reference: 010730-2025-drug & alcohol-31
32 Waythrough (Durham)
  • Reference: 010730-2025-drug & alcohol-32
33 Intuitive Thinking Skills (Manchester)
  • Reference: 010730-2025-drugs & alcohol-33
34 South London & Maudsley NHS Trust (Beckenham)
  • Reference: 010730-2025-drugs & alcohol-34
35 South of England Foundation (London)
  • Reference: 010730-2025-drugs & alcohol-35
36 Turning Point Services (London)
  • Reference: 010730-2025-drugs & alcohol-36
37 Via Community (Essex)
  • Reference: 010730-2025-drugs & alcohol-37
38 Greenwich Health (London)
  • Reference: 010730-2025-combination lot-38
39 Greenwich PCN Alliance (London)
  • Reference: 010730-2025-combination lot-39
40 Intuitive Thinking Skills (London)
  • Reference: 010730-2025-combination lot-40
41 South of England Foundation (London)
  • Reference: 010730-2025-combination lot-41
42 Turning Point Services (London)
  • Reference: 010730-2025-combination lot-42

CPV Codes

  • 85323000 - Community health services
  • 85312330 - Family-planning services
  • 85312500 - Rehabilitation services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the Council by midnight on 02/04/25. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Representations should be made to procurement@royalgreenwich.gov.uk The decision maker for the award of this contract is the Chief Officer for RBG Public Health There were 0 conflicts of interests identified. The chosen providers met the minimum requirements set out in the tender documentation. Quality and price will be evaluated at mini-competition stage.

Reference

Domains