Tender

Children's Residential Care Home Service

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2024/S 000-014891

Procurement identifier (OCID): ocds-h6vhtk-0342e6

Published 9 May 2024, 9:23pm



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

Email

mekonnen.gutta@enfield.gov.uk

Telephone

+44 2081321294

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.enfield.gov.uk/

Buyer's address

http://www.enfield.gov.uk/

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=5e254833-d7e1-ec11-8115-005056b64545

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=5e254833-d7e1-ec11-8115-005056b64545

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

Children's Residential Care Home Service

Reference number

DN562751

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 suitably qualified and Ofsted registered one or two provider/s to deliver Children’s Residential Care Home Services, in one or two 3-bedded house/s, for Children with Complex and Behavioural Needs, aged between 10 and 18 years (until 18th birthday).

The Services have been divided into two contracts. Firstly, Lot 1 – Children’s Residential Care Home Service for Children with Complex Needs, and Lot 2 - Children’s Residential Care Home Service for Children with Behavioural Needs.

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification, which is uploaded within the contracting authority’s e-Tendering portal, for further information.

The buildings at two identified sites within the Borough are currently under refurbishment and expected to be handed over in Autumn 2024. The contracting authority owns the properties and service provider/s will be granted leases that are co-terminus with the Service Contract and pay peppercorn rents.

The contracts for the Services are envisaged to be based on a block contract arrangement with 3 children to be placed at each home all the time. Successful bidder/s must cover the outcomes stated in the Service Specification in relation to care and support for the children and young people needing care.

The proposed contract will run for 10 (ten) years term starting from the Service

Commencement Date as described within each Contract, subject to successful performance of the successful provider/s and the terms and conditions of the contract. It is anticipated that there will be a Pre-Service Mobilisation Period of up to 8 weeks for preparatory purposes. This shall commence from the Commencement Date of each Contract. Following the completion of the Mobilisation Phase, as advised by the contracting authority in writing, the Commencement of the Services is expected to be in place.

The estimated maximum annual budgets available for Year 1 are Lot 1: 1,016,730 GBP and for Lot 2: 703,890 GBP (all excluding VAT). Estimated values for the 10-year duration across the two Lots is expected to be up to c18.840M GBP. Please refer to the draft Contract (Schedule 10, Clause 6) for further information.

In addition, the contracting authority reserves the right at its absolute discretion to vary either Contract (Lot) to include other sites for similar services within the London Borough of Enfield. At present, this could be up to an estimated aggregate value of 9,000,000 GBP during the terms of the Contracts. Therefore, the value stated in field II.1.5 (Estimated total value) of this notice includes this additional amount but is not guaranteed and would be subject to internal governance and decision making.

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 contracting authority is, therefore, inviting suitably qualified organisations to submit their tenders via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 10th June 2024. No other means of submitting the tenders are accepted.

Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.

two.1.5) Estimated total value

Value excluding VAT: £27,840,500

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Children's Residential Care Home Service for Children with Complex Needs.

Lot 2 - Children's Residential Care Home Service for Children with Behavioural Needs

two.2) Description

two.2.1) Title

Children's Residential Care Home Service for Children with Complex Needs.

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 1), which is uploaded within the contracting authority’s e-Tendering portal, for further information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £11,132,910

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

Duration in months

120

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) Description

two.2.1) Title

Children's Residential Care Home Service for Children with Behavioural Needs.

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 2), which is uploaded within the contracting authority’s e-Tendering portal, for further information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £7,707,399

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

Duration in months

120

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 000-015424

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

Date

10 June 2024

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

10 June 2024

Local time

12:00pm

Place

London Borough of Enfield, Civic Centre.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The procurement is being run as a one-stage process with no pre-selection stage but bidders being allowed for their written tenders to be assessed only if they successfully pass the core elements of the Standard Selection Questionnaire. These will include questions relating to criminal activities, mandatory and discretionary exclusion of a supplier for non-payment of taxes and social security contributions, meeting the minimum requirements set for Economic and Financial Standing (EFS) Tests and passing all scored or non-scored (pass/fail) service specific questions relating to Technical and Professional Ability. Tenders that fail the requirements of the SSQ will be rejected and will not proceed further in the tender evaluation.

Bidders may submit tenders either for one or two Lots by completing separate Method

Statements (Schedule 6 A and/or B) and Pricing Schedule (Schedule 5 A and/or B). Bidders must clearly state within all their tender documents which Lot/s they are applying for.

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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