Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Enfield
EN1 3XA
UK
Contact person: Mr Mekonnen Gutta
Telephone: +44 2081321294
E-mail: mekonnen.gutta@enfield.gov.uk
NUTS: UKI
Internet address(es)
Main address: http://www.enfield.gov.uk/
Address of the buyer profile: http://www.enfield.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=5e254833-d7e1-ec11-8115-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=5e254833-d7e1-ec11-8115-005056b64545
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
Children's Residential Care Home Service
Reference number: DN562751
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Enfield (the ‘contracting authority’) is seeking to appoint suitably qualified and Ofsted registered one or two provider/s to deliver Children’s Residential Care Home Services, in one or two 3-bedded house/s, for Children with Complex and Behavioural Needs, aged between 10 and 18 years (until 18th birthday).
The Services have been divided into two contracts. Firstly, Lot 1 – Children’s Residential Care Home Service for Children with Complex Needs, and Lot 2 - Children’s Residential Care Home Service for Children with Behavioural Needs.
The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification, which is uploaded within the contracting authority’s e-Tendering portal, for further information.
The buildings at two identified sites within the Borough are currently under refurbishment and expected to be handed over in Autumn 2024. The contracting authority owns the properties and service provider/s will be granted leases that are co-terminus with the Service Contract and pay peppercorn rents.
The contracts for the Services are envisaged to be based on a block contract arrangement with 3 children to be placed at each home all the time. Successful bidder/s must cover the outcomes stated in the Service Specification in relation to care and support for the children and young people needing care.
The proposed contract will run for 10 (ten) years term starting from the Service
Commencement Date as described within each Contract, subject to successful performance of the successful provider/s and the terms and conditions of the contract. It is anticipated that there will be a Pre-Service Mobilisation Period of up to 8 weeks for preparatory purposes. This shall commence from the Commencement Date of each Contract. Following the completion of the Mobilisation Phase, as advised by the contracting authority in writing, the Commencement of the Services is expected to be in place.
The estimated maximum annual budgets available for Year 1 are Lot 1: 1,016,730 GBP and for Lot 2: 703,890 GBP (all excluding VAT). Estimated values for the 10-year duration across the two Lots is expected to be up to c18.840M GBP. Please refer to the draft Contract (Schedule 10, Clause 6) for further information.
In addition, the contracting authority reserves the right at its absolute discretion to vary either Contract (Lot) to include other sites for similar services within the London Borough of Enfield. At present, this could be up to an estimated aggregate value of 9,000,000 GBP during the terms of the Contracts. Therefore, the value stated in field II.1.5 (Estimated total value) of this notice includes this additional amount but is not guaranteed and would be subject to internal governance and decision making.
The Services advertised in this notice fall under the services listed in Annex XIV to Directive
2014/24/EU of the European Parliament and of the Council and chapter 3 of The Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
The contracting authority is, therefore, inviting suitably qualified organisations to submit their tenders via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 10th June 2024. No other means of submitting the tenders are accepted.
Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.
II.1.5) Estimated total value
Value excluding VAT:
27 840 500.00
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Children's Residential Care Home Service for Children with Complex Needs.
Lot 2 - Children's Residential Care Home Service for Children with Behavioural Needs
II.2) Description
Lot No: Lot 1
II.2.1) Title
Children's Residential Care Home Service for Children with Complex Needs.
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 1), which is uploaded within the contracting authority’s e-Tendering portal, for further information.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
11 132 910.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
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: Lot 2
II.2.1) Title
Children's Residential Care Home Service for Children with Behavioural Needs.
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 2), which is uploaded within the contracting authority’s e-Tendering portal, for further information.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
7 707 399.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2022/S 000-015424
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/06/2024
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:
10/06/2024
Local time: 12:00
Place:
London Borough of Enfield, Civic Centre.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The procurement is being run as a one-stage process with no pre-selection stage but bidders being allowed for their written tenders to be assessed only if they successfully pass the core elements of the Standard Selection Questionnaire. These will include questions relating to criminal activities, mandatory and discretionary exclusion of a supplier for non-payment of taxes and social security contributions, meeting the minimum requirements set for Economic and Financial Standing (EFS) Tests and passing all scored or non-scored (pass/fail) service specific questions relating to Technical and Professional Ability. Tenders that fail the requirements of the SSQ will be rejected and will not proceed further in the tender evaluation.
Bidders may submit tenders either for one or two Lots by completing separate Method
Statements (Schedule 6 A and/or B) and Pricing Schedule (Schedule 5 A and/or B). Bidders must clearly state within all their tender documents which Lot/s they are applying for.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result.
Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
09/05/2024