Section one: Contracting authority
one.1) Name and addresses
London Borough of Havering
Town Hall,Main Road
ROMFORD
RM13AR
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
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