Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Enfield
EN1 3XA
Contact
Mr Mekonnen Gutta
Telephone
+44 2081321294
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Care and Support Service at Reardon Court
Reference number
DN626366
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 Enfield (the ‘contracting authority’) is seeking to appoint a suitably qualified provider to deliver an Extra Care Service (the ‘Service’) at Reardon Court, a newly built premises at 26 Cosgrove Court, Winchmore Hill London N21 3BH.
The aim of the Service is to support older people to continue to live independently in their own homes within the community. Please refer to the Service Specification, which is uploaded within the contracting authority’s e-Tendering portal, for further information.
The building at Reardon Court is currently under construction and expected to be handed over March 2024. The contracting authority owns the property and service users will pay affordable rent.
The contract for this Service is envisaged to be based on a block contract arrangement covering a maximum of 960 hours to be delivered per week. This must cover the outcomes stated in the Service Specification in relation to care and support. The weekly hours may vary to take account Service Users who may have higher or more complex care needs and/or be at end-of-life stage.
The proposed contract is for an initial term of 5 years, and it is anticipated this shall commence from the Commencement Date of Mobilisation Service. Following contract commencement, a Mobilisation Phase of up to three (3) months (or as advised by the contracting authority in writing) for the mobilisation Services is expected to be in place. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contract at the end of the initial term for a further period or periods of up to 2 years.
The estimated total contract value is approximately 6,300,000.00 GBP over the 7 years period (including optional extension(s)).
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 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 tender stage. Candidates ranked within the top 6 of the total scores (at the pre-selection stage) will be shortlisted for the second stage of the process, Invitation to Tender.
Therefore, the contracting authority is inviting interested organisations for expression of interest via submission of a Selection Questionnaire to participate in this procurement.
Interested organisations are invited to submit the Selection Questionnaire and relevant documents via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 24 April 2023.
Instructions for completing the Selection Questionnaire (SSQ Appendix 2) and the SSQ Evaluation Method (SSQ Appendix 3) are uploaded on to the e-Tendering portal.
Following the completion of the first stage supplier selection/SQ process, the contracting authority will invite pre-qualified candidates to submit their bids.
Please refer to the procurement documents uploaded on to the portal for further information.
two.1.5) Estimated total value
Value excluding VAT: £6,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The contracting authority requires to enter into a contract with a suitably qualified organisation in order to provide care and support (as described in the Service Specification) for older people in the borough aged 60+ who have assessed adult care needs. The proposed service will be provided to individuals whose circumstances mean that their independence cannot be maintained in their current home environment, described as:
• Needing someone to check on their well-being at least daily because of a serious risk of harm to self or others;
• Experiencing health problems that require support to prevent admission to hospital or residential care;
• Having disability seriously impacting on ability to function independently in the community;
• Having cognitive impairment resulting in an inability to cope with everyday environment;
• Having mobility difficulties in the home that is severely restrictive and cannot access essential facilities independently;
• Being at risk of neglect or abuse;
• Needing help with personal care and activities of daily living;
• Where critical support networks have broken down or physical and/or mental health is at risk due to lack of social support systems.
• At risk of Social isolation which could be detrimental to their Health and Wellbeing
It is envisaged that Reardon Court will contain 70 accommodation units. This facility will therefore ensure availability of accommodation and support in one place for older people in the borough that effectively meet the specialist or acute needs of those with long-term conditions, including dementia and stroke, and to appropriately support end-of-life care.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracting authority envisages to let the contract for an initial term of 5 years, and it is anticipated this shall commence from 31 March 2024. Following contract commencement, a Mobilisation Phase of up to three (3) months (or as advised by the contracting authority in writing) for the mobilisation Services is expected to be in place. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contract at the end of the initial term for a further period or periods of up to 2 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Any questions relating to this procurement must be made via the messaging facility in the e-Tendering portal (London Tenders Portal).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-029245
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 April 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 May 2023
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.3) Additional information
This procurement process is being undertaken using the electronic tendering system ‘London Tenders Portal’ (url: https://www.londontenders.org/).
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 tender stage. Candidates ranked within the top 6 of the total scores (at the pre-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 24/04/2023 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 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.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
Internet address
six.4.3) Review procedure
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.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom