Sign up now to have the right to view
50 tenders for free.
Title |
Prevention and Early Intervention Services Tender Notice Selective |
|||
---|---|---|---|---|
You can sign up and unlock it for freeAccess to Public and Private Sector Business Opportunities for 200+ Countries |
||||
Country | ||||
Language | English | |||
Organization | ||||
Published Date | 17.10.2024 | |||
Deadline Date | 18.11.2024 | |||
Overview |
Prevention and Early Intervention Services The London Borough of Enfield (the 'contracting authority') is seeking to appoint up to five (5) suitably qualified providers to deliver its Prevention and Early Intervention Services. The aim of the Prevention and Early Intervention Services is to support Enfield residents to access the right information and support, at the right time. This means that people are enabled to live independently for longer, with good outcomes and without the need for more intensive support from health or social care. The Service is divided into five Lots with each Lot envisaged to have a separate contract. The 5 individual Lots are as follows: Lot 1: Supporting Unpaid Carers Lot 2: Supporting Independence through Information Advice Digital Inclusion Assistive Technology Lot 3: Supporting Independence through Advocacy Inclusion Lot 4: Supporting Independence Inclusion Through Early Intervention Lot 5: Home from Hospital, Supporting Recovery Maintaining Independence A bidder may apply for more than one Lot. However, one bidder can only be awarded up to two (2) Lots. Where a bidder applies for all Lots and score top for all of the Lots, they will win only two Lots that they score high in the Partnership element of the quality question criteria. The proposed contracts are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term for two further period or periods of up to 3 years each, up to 9 years in total subject to contract and satisfactory performance. The estimated total contract value for the five (5) Lots is approximately 13,605,228.00 GBP over the 9 years period (including optional extension(s)). The estimated total values for each Lot are: Lot 1 = 3,322,242 GBP, Lot 2 = 4,125,492 GBP, Lot 3 = 1,953,504 GBP, Lot 4 = 2,898,990 GBP, and Lot 5 = 1,305,000 GBP. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly. The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a second stage, where shortlisted candidates will be invited to tender. Therefore, candidates ranked within the top 5 (for the Lot they are applying for) for total scores in Technical and Professional Ability and Service Specific Questions of the SSQ will be shortlisted for the second stage of the process, i.e., Invitation to Tender. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores high in both Technical and P Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https: www.londontenders.org ). Candidates who pass the prescribed minimum requirements (i.e. Pass Fail questions) of the Standard Selection Questionnaire and ranked within the top 5 (five) for scored elements for the Lot(s) they have applied for (at the selection stage) will be shortlisted for the second stage of the process, Invitation to Tender. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 18 11 2024 in order to participate. Registration is free. 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 cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidder upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances London Borough of Enfield B-Block South, Civic Centre, Silver Street EN1 3XL, Enfield mekonnen.gutta@enfield.gov.uk +44 2081321294 Mekonnen Gutta Tender Notice Selective 1cf13455-eb44-4dce-bafa-a44c0a2bb45f-795037 United Kingdom ocds-b5fd17-cef9b80c-b57f-43e2-9b1a-5a61459129f7
|
|||
NAICS |
Nonferrous Metal (except Copper and Aluminum) Rolling
Business
All Other Professional
Other Direct Insurance (except Life
Professional
Justice
Nonferrous Metal (except Copper and Aluminum) Rolling
Regulation
Religious
Financial Transactions Processing
Justice
Other Professional
Highway
Copper Rolling
Other Justice
Copper Rolling
Regulation
Highway
Direct Insurance (except Life
Other Aluminum Rolling
Direct Life
Highway
Financial Transactions Processing
Other Similar Organizations (except Business
All Other Professional
Other Justice
Other Similar Organizations (except Business
Professional
Process
|
|||
CPVS |
Silver
System, storage and content management software package
Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Document creation, drawing, imaging, scheduling and productivity software package
Supports
Document creation, drawing, imaging, scheduling and productivity software development services
System, storage and content management software development services
Other services
Sole
Electronic, electromechanical and electrotechnical supplies
Soles
|
|||
UNSPSC | ||||
Regions | ||||
Sectors |
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Postal and Courier Services
Roads and Highways-Bridge
Infrastructure
Water and Sanitation
Printing and Publishing
Services
Railways-Rail-Railroad
Defence and Security
Technology Hardware and Equipment
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Aviation
Electronics
Marine
|
|||
URL | ||||
Share |
Title |
---|
Prevention and Early Intervention Services Tender Notice Selective |
Country |
Language |
English |
Organization |
Published Date |
17.10.2024 |
Deadline Date |
18.11.2024 |
Overview |
Prevention and Early Intervention Services The London Borough of Enfield (the 'contracting authority') is seeking to appoint up to five (5) suitably qualified providers to deliver its Prevention and Early Intervention Services. The aim of the Prevention and Early Intervention Services is to support Enfield residents to access the right information and support, at the right time. This means that people are enabled to live independently for longer, with good outcomes and without the need for more intensive support from health or social care. The Service is divided into five Lots with each Lot envisaged to have a separate contract. The 5 individual Lots are as follows: Lot 1: Supporting Unpaid Carers Lot 2: Supporting Independence through Information Advice Digital Inclusion Assistive Technology Lot 3: Supporting Independence through Advocacy Inclusion Lot 4: Supporting Independence Inclusion Through Early Intervention Lot 5: Home from Hospital, Supporting Recovery Maintaining Independence A bidder may apply for more than one Lot. However, one bidder can only be awarded up to two (2) Lots. Where a bidder applies for all Lots and score top for all of the Lots, they will win only two Lots that they score high in the Partnership element of the quality question criteria. The proposed contracts are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term for two further period or periods of up to 3 years each, up to 9 years in total subject to contract and satisfactory performance. The estimated total contract value for the five (5) Lots is approximately 13,605,228.00 GBP over the 9 years period (including optional extension(s)). The estimated total values for each Lot are: Lot 1 = 3,322,242 GBP, Lot 2 = 4,125,492 GBP, Lot 3 = 1,953,504 GBP, Lot 4 = 2,898,990 GBP, and Lot 5 = 1,305,000 GBP. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly. The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a second stage, where shortlisted candidates will be invited to tender. Therefore, candidates ranked within the top 5 (for the Lot they are applying for) for total scores in Technical and Professional Ability and Service Specific Questions of the SSQ will be shortlisted for the second stage of the process, i.e., Invitation to Tender. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores high in both Technical and P Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https: www.londontenders.org ). Candidates who pass the prescribed minimum requirements (i.e. Pass Fail questions) of the Standard Selection Questionnaire and ranked within the top 5 (five) for scored elements for the Lot(s) they have applied for (at the selection stage) will be shortlisted for the second stage of the process, Invitation to Tender. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 18 11 2024 in order to participate. Registration is free. 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 cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidder upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances London Borough of Enfield B-Block South, Civic Centre, Silver Street EN1 3XL, Enfield mekonnen.gutta@enfield.gov.uk +44 2081321294 Mekonnen Gutta Tender Notice Selective 1cf13455-eb44-4dce-bafa-a44c0a2bb45f-795037 United Kingdom ocds-b5fd17-cef9b80c-b57f-43e2-9b1a-5a61459129f7 |
NAICS |
Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Other Direct Insurance (except Life Professional Justice Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Religious Financial Transactions Processing Justice Other Professional Highway Copper Rolling Other Justice Copper Rolling Regulation Highway Direct Insurance (except Life Other Aluminum Rolling Direct Life Highway Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Other Justice Other Similar Organizations (except Business Professional Process |
CPVS |
Silver System, storage and content management software package Engineering, auxiliary, average, loss, actuarial and salvage insurance services Document creation, drawing, imaging, scheduling and productivity software package Supports Document creation, drawing, imaging, scheduling and productivity software development services System, storage and content management software development services Other services Sole Electronic, electromechanical and electrotechnical supplies Soles |
UNSPSC |
Awards Case making services |
Regions |
Europe Northern Europe |
Sectors |
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Printing and Publishing Services Railways-Rail-Railroad Defence and Security Technology Hardware and Equipment Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Electronics 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
Similar Tenders