Tender

Dynamic Purchasing System for the Provision of Supported Living Services

  • LONDON BOROUGH OF HARINGEY

F02: Contract notice

Notice identifier: 2025/S 000-005696

Procurement identifier (OCID): ocds-h6vhtk-04e392

Published 18 February 2025, 5:30pm



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF HARINGEY

Civic Centre

LONDON

N228LE

Contact

David Prior

Email

david.prior@haringey.gov.uk

Telephone

+44 2084895605

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.haringey.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://lboh.outsystemsenterprise.com/Onboarding/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://lboh.outsystemsenterprise.com/Onboarding/Login

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Purchasing System for the Provision of Supported Living Services

Reference number

DPS SL

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Haringey ('The Council')is establishing a Dynamic Purchasing System (DPS) to procure and commission accommodation based Supported Living Services for vulnerable adults. The Council 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 service users.

This will cover provision of service in users with Physical Disabilities, Mental Health issues, Learning Disabilities and Positive Behavioral Services with various support needs due to issues around rough sleeping and homelessness..

These services relate to the statutory duties of the local authorities under the Housing Act 1996 Part VII as amended by the Homelessness Act 2002 and the Care Act 2015 to provide support based accommodation to vulnerable adults with varied support needs.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85311100 - Welfare services for the elderly
  • 85311200 - Welfare services for disabled people
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI3 - Inner London – West
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKI7 - Outer London – West and North West
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent

two.2.4) Description of the procurement

The London Borough of Haringey ("the Council") has worked with Axians to introduce a web-based portal, to manage the Council's Dynamic Purchasing System (DPS). The Council will use this system for the procurement of Supported Living services for the Council's Adults, Health, and Communities Directorate.

The local authorities set out below 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 the Council.

• The following local authorities: London Borough of Barking & 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 Home Counties as defined by YouGov.

The DPS shall be divided into service categories.

• Learning Difficulty

 Core Support plus additional 1:1 support as defined in the support plan

• Mental Health

 Core Support plus additional 1:1 support as defined in the support plan

• Physical Disability

 Core Support plus additional 1:1 support as defined in the support plan

• Positive Behavioural Support (PBS)

 Accommodation 18yrs+

 Community based 18yrs plus

 Community based under 18yrs

When applying for membership of the DPS, potential suppliers will be invited to select which service subcategories within each of the Service Categories they wish to apply for. The selection of the specific subcategory will determine which tenders the potential supplier will see. There is no limit on the number of categories and subcategories potential suppliers may choose - this is entirely at the discretion of the potential supplier; however, they must be prepared to deliver services in those service subcategories.

The contracts to be awarded under this DPS will be subject to the "light touch regime" under sections 74 to76 of the Public Contracts Regulations 2015 (the "2015 Regulations). Accordingly the full scope of the 2015 Regulations do not apply.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 https://lboh.outsystemsenterprise.com/DPSSourcing/login.aspx

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2035

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Lisa Bliss

London

Email

dps-enquiries@haringey.gov.uk

Country

United Kingdom