Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
B Block South, Civic Centre
Enfield
EN1 3ES
Contact
Matthew Jones, Procurement Services
procurement.support@enfield.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://www.londontenders.org/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
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
Provision of Enfield Holiday Activities and Food Programme (HAF)
Reference number
DN631293
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 contracting authority needs to establish an appropriate vehicle to utilise experienced and pre-qualified organisations to provide grant funded places at holiday clubs during the longer school holidays.
These holiday club places will provide children with at least one nutritious hot meal each day, as well as a range of physical and enriching activities. This programme is targeted at school-aged children from reception to year 11 (inclusive) who receive benefits-related free school meals.
This funding will be dispensed from the Holiday Activities and Food (HAF) programme grant that has been allocated to London Borough of Enfield by the Department for Education (DfE).
There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
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 – Universal HAF provision with 12% of spaces for children and young people with low level SEND
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The contracting authority requires a HAF arrangement to provide a wide range of opportunities for eligible children and young people (CYP) to take part in, that are local to where they live, and could be:
- Face-to-face activities providing a range of activities; for at least four hours per day
- Provision could include ‘open access’ activities that do not require advance booking, providing that the activity is targeted to geographic areas of highest need for the age group
- An offer for children and young people who have SEND; this could include more specialist provision that is exclusively for children with SEND
Organisations will be able to apply to run provision exclusively for HAF eligible children or offer several places within an existing provision that also offers paid places.
HAF services shall take place during the Easter, Summer and Winter school holidays each year for a total of 6 weeks:
- Easter = 1 week (4 days)
- Summer = 4 weeks (16 days)
- Winter = 1 week (4 days)
Therefore, the contracting authority requires a good range of suitably qualified providers to cover locations across the borough of Enfield with a maximum of 40 providers being appointed under this Lot (Lot 1) in line with the procurement documents.
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: £4,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Any renewal will be dependent on DfE funding beyond the term of this proposed Framework Agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will run for a period of 2 years, with an option to extend annually up to a further two years at the contracting authority's full discretion.
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 London Tenders Portal.
two.2) Description
two.2.1) Title
Lot 2 – Specialist HAF provision for children and young people with targeted or specialist special educational needs and / or disabilities (SEND)
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The contracting authority requires a HAF arrangement to provide a wide range of opportunities for eligible children and young people (CYP) to take part in, that are local to where they live, and could be:
- Face-to-face activities providing a range of activities; for at least four hours per day
- Provision could include ‘open access’ activities that do not require advance booking, providing that the activity is targeted to geographic areas of highest need for the age group
- An offer for children and young people who have SEND; this could include more specialist provision that is exclusively for children with SEND
Organisations will be able to apply to run provision exclusively for HAF eligible children or offer several places within an existing provision that also offers paid places.
HAF services shall take place during the Easter, Summer and Winter school holidays each year for a total of 6 weeks:
- Easter = 1 week (4 days)
- Summer = 4 weeks (16 days)
- Winter = 1 week (4 days)
Therefore, the contracting authority requires a good range of suitably qualified providers to cover locations across the borough of Enfield with a maximum of 5 providers being appointed under this Lot (Lot 2) in line with the procurement documents.
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Any renewal will be dependent on DfE funding beyond the term of this proposed Framework Agreement.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will run for a period of 2 years, with an option to extend annually up to a further two years at the contracting authority's full discretion.
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 London Tenders Portal.
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:
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
1 June 2023
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
1 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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 one stage process — which includes the core elements of the Standard Selection Questionnaire (SQ). Suppliers will need to register an interest on the London Tenders Portal and submit a tender submission no later than 12:00 Noon, 01 June 2023 in order to participate and registration is free. Tender submissions cannot be uploaded after the return deadline.
The estimated total value given at II.1.5) is for the full duration of the Framework Agreement, which is up to four (4) years. The estimated annual contract value across the Lots is approximately 1,375,000 GBP.
The Contracting Authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award Framework Agreement 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 tender 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.
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.
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
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 Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement 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 Framework Agreement 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 Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement 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