Tender Details
Title
United Kingdom-London: Health and social work services Place of performance: London Main nature of the contract: Services Official name: Mayor and Burgesses of the London Borough of Haringey Type of procedure: Restricted
Country
Language
English
Organization
Published Date
27.07.2020
Deadline Date
21.07.2024
Overview
353006-2020 - Competition I.1. Name and addresses Official name: Mayor and Burgesses of the London Borough of Haringey Postal address: London Borough of Haringey Council, Alexandra House, 10 Station Road Town: London NUTS code: UKI London Postal code: N22 8TR Country: United Kingdom Contact person: Lisa Bliss E-mail: dps-enquiries@haringey.gov.uk Internet address(es): Main address: www.haringey.gov.uk Address of the buyer profile: http://demand.sproc.net I.5. Main activity Other activity: Health and Social Services II.1.1. Title Dynamic Purchasing System for the Provision of Supported Living Services II.1.2. Main CPV code 85000000 Health and social work services II.1.3. Type of contract Services II.1.5. Estimated total value Value excluding VAT: 110 000 000,00 GBP II.1.6. Information about lots This contract is divided into lots: no II.2.2. Additional CPV code(s) 85311000 Social work services with accommodation, 85312000 Social work services without accommodation, 85311100 Welfare services for the elderly, 70331000 Residential property services II.2.3. Place of performance NUTS code: UKI London II.2.7. Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: yes Description of renewals: Initial period of 24 months with possible extension of a further 24 months. IV.2.2. Time limit for receipt of tenders or requests to participate Date: 22/07/2024 IV.2.4. Languages in which tenders or requests to participate may be submitted English VI.5. Date of dispatch of this notice 23/07/2020 353006-2020 - Competition United Kingdom-London: Health and social work services OJ S 143/2020 27/07/2020 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1. Name and addresses Official name: Mayor and Burgesses of the London Borough of Haringey Postal address: London Borough of Haringey Council, Alexandra House, 10 Station Road Town: London NUTS code: UKI London Postal code: N22 8TR Country: United Kingdom Contact person: Lisa Bliss E-mail: dps-enquiries@haringey.gov.uk Internet address(es): Main address: www.haringey.gov.uk Address of the buyer profile: http://demand.sproc.net I.3. Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://www.sproc.net Tenders or requests to participate must be submitted to the abovementioned address I.4. Type of the contracting authority Regional or local authority I.5. Main activity Other activity: Health and Social Services Section II: Object II.1. Scope of the procurement II.1.1. Title Dynamic Purchasing System for the Provision of Supported Living Services II.1.2. Main CPV code 85000000 Health and social work services II.1.3. Type of contract Services II.1.4. Short description London Borough of Haringey (‘Haringey’) is establishing a Dynamic Purchasing System (DPS) to procure and commission accommodation based supported living service for vulnerable adults in the borough. Haringey invites suitably qualified suppliers of supported living services to submit a request to participate in the DPS, for the provision of the range of services to over 18 service users. This will cover provision of services to users with physical disabilities, mental health issues, learning disabilities and adults with various support needs due to issues around rough sleeping and homelessness. These services relate to the statutory duties of local authorities under the Housing Act 1996 Part VII as amended by the Homelessness Act 2002) and Care Act 2015 to provide support based accommodation to vulnerable adults over the age of 18 with varied levels of support needs. II.1.5. Estimated total value Value excluding VAT: 110 000 000,00 GBP II.1.6. Information about lots This contract is divided into lots: no II.2. Description II.2.2. Additional CPV code(s) 85311000 Social work services with accommodation, 85312000 Social work services without accommodation, 85311100 Welfare services for the elderly, 70331000 Residential property services II.2.3. Place of performance NUTS code: UKI London II.2.4. Description of the procurement The DPS will be used as the mechanism to procure the required services, with emphasis on enabled choice, flexibility and outcome driven bespoke services taking a person-centred approach. Haringey will also aim to drive improvements in quality of available capacity in the market. Potential suppliers will be required to go through an accreditation and enrolment process which sets out the minimum quality standards required to join the DPS. By applying for inclusion on the DPS and subject to meeting the minimum entry standards set out in the tender documentation, suppliers will be invited to submit tenders. Haringey will issue requests for tender to suppliers enrolled to the DPS as and when a requirement arises and will be able to start participating in delivery of services to the Haringey’s service users in the borough through individual packages. The DPS shall be divided into the following service categories: A. physical disability: (i) core support plus additional 1:1 as defined in the support plan; B. learning disability: (i) core support plus additional 1:1 as defined in the support plan; C. mental health: (i) core support plus additional 1:1 as defined in the support plan (iv) specialist support; D. positive behavioural services: (i) accommodation-based 18 years+, (ii) community-based 18 years+, (iii) community-based under 18 years. The contracts to be awarded under this DPS will be subject to the ‘Light Touch Regime’ under sections 74 to 76 of the Public Contracts Regulations 2015 (the ‘2015 Regulations’). Accordingly the full scope of the 2015 Regulations do not apply. Nothing in this OJEU notice or any other document issued during the procurement process (which refers to the process regarding admission to the DPS, to the award of contracts under the DPS or otherwise) shall be taken as acceptance that the full scope of the 2015 Regulations applies nor is it intended to create any contract (express or implied) that Haringey is conducting the procurement in accordance with the full scope of the 2015 Regulations. In particular, and without prejudice to the generality of the above, although the DPS that is being procured is modelled on a Dynamic Purchasing System under regulation 34 of the Public Contracts Regulations 2015, Haringey is not bound by regulation 34 in relation to the establishment and operation of the DPS. The following contracting authorities shall also be permitted to award contracts under the DPS for the provision of services in its own geographical area upon entering an access agreement with Haringey: • the following local authorities: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton, London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and • any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire. II.2.5. Award criteria Criteria below Quality criterion - Name: Capabilities and outcome statements / Weighting: 40 Price - Weighting: 60 II.2.6. Estimated value II.2.7. Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: yes Description of renewals: Initial period of 24 months with possible extension of a further 24 months. 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 II.2.14. Additional information When applying for membership of the DPS, potential suppliers will be invited to select which service category they wish to apply for. There is no limit on the number of categories that a supplier may choose, which is at the discretion of the supplier, however these must in service categories for which they can deliver services. Section III: Legal, economic, financial and technical information III.1. Conditions for participation III.1.1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net 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 III.2.2. Contract performance conditions As stated in the procurement documentation and any subsequently issued documentation available at http:// demand.sproc.net III.2.3. Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure IV.1. Description IV.1.1. Type of procedure Restricted procedure IV.1.3. Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system IV.1.8. Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2. Administrative information IV.2.2. Time limit for receipt of tenders or requests to participate Date: 22/07/2024 IV.2.3. Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4. Languages in which tenders or requests to participate may be submitted English 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) Section VI: Complementary information VI.1. Information about recurrence This is a recurrent procurement: no VI.2. Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used VI.3. Additional information Procurement documents are available at http://demand.sproc.net VI.4. Procedures for review VI.4.1. Review body Official name: Royal Court of Justice Postal address: Strand Town: London Postal code: WC2A 2LL Country: United Kingdom Internet address: https://www.haringey.gov.uk VI.4.2. Body responsible for mediation procedures Official name: Royal Court of Justice Postal address: Strand Town: London Postal code: WC2 2LL Country: United Kingdom Internet address: https://www.haringey.gov.uk VI.4.4. Service from which information about the review procedure may be obtained Official name: adam HTT Limited Postal address: The Pinnacle, 170 Midsummer Boulevard Town: Milton Keynes Postal code: MK9 1BP Country: United Kingdom E-mail: supplier.engagement@useadam.co.uk Internet address: http://demand.sproc.net/ VI.5. Date of dispatch of this notice 23/07/2020 Czech document download: https://ted.europa.eu/cs/notice/353006-2020/pdf Danish document download: https://ted.europa.eu/da/notice/353006-2020/pdf German document download: https://ted.europa.eu/de/notice/353006-2020/pdf Greek document download: https://ted.europa.eu/el/notice/353006-2020/pdf Spanish document download: https://ted.europa.eu/es/notice/353006-2020/pdf English document download: https://ted.europa.eu/en/notice/353006-2020/pdf Estonian document download: https://ted.europa.eu/et/notice/353006-2020/pdf Finnish document download: https://ted.europa.eu/fi/notice/353006-2020/pdf French document download: https://ted.europa.eu/fr/notice/353006-2020/pdf Irish document download: https://ted.europa.eu/ga/notice/353006-2020/pdf Croatian document download: https://ted.europa.eu/hr/notice/353006-2020/pdf Hungarian document download: https://ted.europa.eu/hu/notice/353006-2020/pdf Italian document download: https://ted.europa.eu/it/notice/353006-2020/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/353006-2020/pdf Latvian document download: https://ted.europa.eu/lv/notice/353006-2020/pdf Maltese document download: https://ted.europa.eu/mt/notice/353006-2020/pdf Dutch document download: https://ted.europa.eu/nl/notice/353006-2020/pdf Polska document download: https://ted.europa.eu/pl/notice/353006-2020/pdf Portuguese document download: https://ted.europa.eu/pt/notice/353006-2020/pdf Romanian document download: https://ted.europa.eu/ro/notice/353006-2020/pdf Slovak document download: https://ted.europa.eu/sk/notice/353006-2020/pdf Slovenian document download: https://ted.europa.eu/sl/notice/353006-2020/pdf Swedish document download: https://ted.europa.eu/sv/notice/353006-2020/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/353006-2020/pdf
NAICS
Business All Other Professional Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Justice Other Professional Turned Product and Screw Other Justice Regulation Direct Insurance (except Life Direct Life Courts Courts Residential Intellectual and Developmental Disability Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Frames Harrows, scarifiers, cultivators, weeders or hoes Towers, lattice masts, derricks and pylons Permits Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Towers Accommodation, building and window cleaning services Vats Other services Radio, television, communication, telecommunication and related equipment Postal orders Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Harrows Profiles House Nuts Awards Case making services
Regions
Europe Northern Europe
Sectors
Services Construction Energy-Power and Electrical Computer Hardwares and Consumables
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