Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Building 1000,Dockside Road
LONDON
E162QU
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
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
Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV): Category 1 Supported Living
Reference number
ITTN236
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Category 1: Supported Living Admission Stage - Round 1
The London Borough of Newham wishes to establish a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) for an initial term of 5 years with the option to extend for a further 5 years. Estimated Total Aggregate Value for Newham across the lifetime of the DPV is £957,356,593
The DPV will include the following categories:
Category 1: Supported Living
Category 2: Supporting Vulnerable Single Homeless Adults (SVSHA)
Category 3: Prevention and Floating Support
Category 4: Extra Care
Category 5: Shared Lives
Category 6: Care Homes
Category 7: Immigration Advice and Support
The Authority will undertake the procurement for Category 1 first, followed by subsequent categories in 2023 onwards.
Supported Living Services are accommodation-based services for Residents with a wide range of needs such as mental health, learning disabilities, autism, physical and/or sensory disability etc. Supported living enables adults to live in their own home whilst maintaining their independence and have choice and control. As a term, it covers a wide variety of settings and can include some form of group living.
Estimated Aggregate Value across the lifetime of the DPV for Category 1 (5+5 years) is £266,777,101
The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Authority is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (Providers).
Any interested organisation/consortium with relevant experience may apply to be admitted onto the Dynamic Purchasing Vehicle (DPV).
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
The DPV will work in two ways for Category 1 - Supported Living:
• Route 1 - Individual Placements
The DPV establishes approved lists for 9 specialisms (each with 3 sub-categories) for Individual placements made via the DPV through Route 1.
• The Authority may during the life of the DPV include additional lists for specialisms/ sub categories.
• Route 2 - Schemes
The Authority has an ambition to develop more schemes tailored to best meet similar needs. This will over time provide a strategic pathway of high-quality specialist services and maximise the use of economies of scale reflecting a defined cohort of need. Scheme contracts will be tendered via Route 2.
Admission to the DPV: Both Routes will have a pre-selection stage (Stage 1A) which qualifies a provider for admission to the DPV.
Providers who wish to accept individual placements via Route 1 will in addition be required to complete an Evaluation of Offer stage [Stage 1B] at admission. Based on the outcome of this Evaluation of Offer stage, providers will be admitted to one or more approved lists as set out below.
Providers who only wish to apply for Schemes (Route 2) will not be required to complete stage 1B.
two.2.5) Award criteria
Quality criterion - Name: Selection Questions / Weighting: 100
Cost criterion - Name: Quality only / Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £266,777,101
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
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-036371
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 July 2023
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
10 July 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NA
London
Country
United Kingdom