Opportunity

LB Havering Complex Placements Framework DPS

  • London Borough of Havering

F02: Contract notice

Notice reference: 2021/S 000-009534

Published 4 May 2021, 11:08am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Havering

Town Hall,Main Road

ROMFORD

RM13AR

Email

eprocurement@onesource.co.uk

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

www.havering.gov.uk

one.3) Communication

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

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

Tenders or requests to participate must be submitted to the above-mentioned address

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

LB Havering Complex Placements Framework DPS

Reference number

Havering ITTH12 Oracle Fusion

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Havering is seeking interest from organisations that are able to provide individual packages of care and support to children and adults with complex needs. The Council will use a dynamic purchasing system to commission care and support packages for people with either a single or combination of learning disabilities, mental health needs, physical disabilities, sensory disabilities and other complex vulnerabilities (e.g. autism spectrum disorder).

The following services will be commissioned under the Dynamic purchasing system:

1) Supported living services:

These services will be commissioned for both children and adults. Supported living services are community based personal care and/or support for clients where care (e.g. moving and washing) and/or support (e.g. housing related, recreational activities) is delivered flexibly according to each individual care package in the child's or adult's home and local community. An emphasis of supported living is to encourage and develop skills and independence. Packages will range from either a few hours a week to 24 hour support. For adults, care and support will be provided in either shared or self-contained accommodation.

2) Residential care:

This service will be commissioned for adults only. Residential care service provides personal care for clients where care/support is delivered in a registered care home setting with 24 hour support.

3) Nursing care:

This service will be commissioned for adults only. Nursing care provides personal care for clients where care/support is delivered in a registered care home setting with 24 hour support including registered nurses.

4) Domiciliary care:

This service will be commissioned for adults only. Domiciliary care provides household and personal care for clients where care is delivered at a service user's home.

5) Live in care:

This service will be commissioned for adults only. Live in care provides care and support where the carer has their own living space in the client's home.

This contract notice is being published due to the e-tendering system changing from capitalEsourcing to Oracle Fusion. The end date in this contract notice refers to Round 14. Further 'Rounds' will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable.

Tender documents can be found free of charge at Oracle Fusion.

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

two.1.5) Estimated total value

Value excluding VAT: £140,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

Further details can be found in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £140,000,000

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

Duration in months

72

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.2.14) Additional information

The Council cannot guarantee to suppliers any business through this DPS Agreement. The authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Council be liable for any costs incurred by suppliers.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ('TUPE') may apply at the call for competition.

It is the supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This contract notice is being published due to the e-tendering system changing from capitalEsourcing to Oracle Fusion. The end date in this contract notice refers to Round 14. Further 'Rounds' will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable.

Tender documents can be found free of charge at Oracle Fusion.

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 217-532834

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

Date

31 May 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 June 2021

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council cannot guarantee to suppliers any business through this DPS Agreement. The authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Council be liable for any costs incurred by suppliers.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ('TUPE') may apply at the call for competition.

It is the supplier's responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom