Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, Forest Road
London
E17 4JF
Contact
Ms Gemma Edwards
gemma.edwards@walthamforest.gov.uk
Fax
+44 2084964509
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.gov.uk/
one.1) Name and addresses
London Borough of Redbridge
Lynton House, 255-259 High Road
Ilford
IG1 1NY
Contact
Ms Gemma Edwards
gemma.edwards@walthamforest.gov.uk
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.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=37964287-eab0-ec11-8113-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=37964287-eab0-ec11-8113-005056b64545
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
Holiday Activities Programme - Dynamic Purchasing Vehicle (DPV)
Reference number
DN602607
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Waltham Forest and London Borough of Redbridge (“the Authority”) are seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Vehicle for the provision of Holiday Activity Programme.
The service shall commence on 1st July 2021 and shall continue up to and including 31st March 2025 (“the Contract Period”).
The Holiday Activities Programme aims to offer a variety of exciting and interesting activities including, sports, creative and performing arts, and environmental activities. The Holiday Activities and Food Programme is a DfE-funded project that aims to provide activities for pupils in receipt of Free School Meals for a period during the summer holiday, the winter holiday and during the Easter holiday.
The programme has received funding from the Department for Education (DfE) to offer enriching activities and nutritious meals to school aged children and young people, from reception to year 11 (inclusive), who are eligible for benefits-related free school meals (FSM). School holidays are recognised as a pressure point for some families because of increased costs (such as food and childcare) and reduced incomes. For some children that can lead to a holiday experience gap, with children from disadvantaged families:
• less likely to access organised out-of-school activities
• more likely to experience ‘unhealthy holidays’ in terms of nutrition and physical health
• more likely to experience social isolation
All Tenders shall be submitted in accordance with the Instructions for Submission of a Tender and must be submitted by no later than 12:00 Hours (12:00 noon) on Tuesday 3rd May 2022.
two.1.5) Estimated total value
Value excluding VAT: £6,169,761
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Complete Holiday activity clubs - 5–19-year-olds
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
The Authority are looking for suppliers who can offer an exciting and innovative range of extended enrichment activities and courses for children and young people to participate in a wide range of enrichment, nutritional and physical activity, learn new skills and provided with a daily food offer Provision must be offered for a minimum of 4 hours per day for 4 days a week.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
31 March 2025
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
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
Call off contract award will be based on the criteria set out in the Invitation to Tender documentation and subsequent Supplier Entry Guide.
two.2) Description
two.2.1) Title
Lot 2: Specific Activity sessions - 5–19-year-olds
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
The Authority are looking for suppliers who can offer a specific range of extensive inclusive enrichment activity sessions aimed at children and their families aged 5 – 19 delivered across a number of locations across the boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
31 March 2025
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
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
Call off contract award will be based on the criteria set out in the Invitation to Tender documentation and subsequent Supplier Entry Guide.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 May 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The procurement involves the setting up of a Dynamic Purchasing Vehicle under Regulation 76 of Public Contracts Regulations 2015. Commissioning the right service for young person is the intended purpose of the use of the DPV (adapted DPS) in order to comply with local authority duties.
In order to meet its duties, in establishing this DPV the authority reserves the right undertake a flexible approach to call-off contract awards and direct awards using criteria as detailed in the call-off procedure.
The DPV will use adapted call-off procedures and techniques provided for within Public Contracts Regulations (2015) as well as procedures which are not, to enable call-off contracts to be made for individual service agreements and block contracts. The DPV will also permit direct awards as set out in the call-off procedures. Please go to https://www.londontenders.org/ and download the procurement documents for more information.
The contracting authorities reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time. The contracting authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the contracting authorities shall be incurred entirely at the applicant’s/tenderer’s risk. Please go to https://www.londontenders.org/ and download the procurement documents for more information.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contract is being procured in accordance with the Public Contract Regulations 2015. The contracting Authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales).