Tender

LBN - Domestic Abuse Accommodation Service

  • London Borough of Newham

F02: Contract notice

Notice identifier: 2021/S 000-018561

Procurement identifier (OCID): ocds-h6vhtk-02cfef

Published 3 August 2021, 11:16am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Newham

Newham Dockside, 1000 Dockside Road

London

E16 2QU

Contact

Courtney Rowlands

Email

courtney.rowlands@newham.gov.uk

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

https://www.newham.gov.uk/

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

LBN - Domestic Abuse Accommodation Service

Reference number

ITTN41

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Newham Council invites interested providers to tender for the Domestic Abuse Refuge Accommodation Services contract.

The Adults and Health commissioning team has developed a new vision, set of values, principles and core requirements for the new service provision as part of the work to develop the council's wider response to domestic abuse and sexual violence.

To this end, the recommissioning of the refuge will demonstrate the council's continued commitment to addressing Domestic Abuse and Sexual Violence, and at its very core, the recommissioning will:

• Acknowledge the need for accommodation that provides a safe, secure and supportive space for families who have experienced significant abuse and are at risk of further harm and homicide

• Acknowledge the need to embed a trauma informed approach across Domestic Abuse and Sexual Violence services and responses to domestic abuse in the borough

• Provide access to local specialist service provision that works from a person-centred perspective supporting the individual to address multiple needs (including improving physical and mental health, addressing substance misuse needs, disability, improving educational and employment opportunities, accessing legal and immigration advice, specialist advocacy and therapeutic interventions)

• Addressing the needs of children and young people by providing them with a safe, continuous environment, which is conducive to addressing their needs and ambitions and protects them from experiencing harm and abuse

• Give significant consideration to how the council supports smaller specialist community organisations to engage with and participate in Newham's commissioning processes in respect of the council's Community Wealth Building Strategy.

The value of the proposed contract will be £1,386,000 over the lifetime of the contract (£198,000 per year over seven years). A contract length of seven years (5+2) is likely to attract specialist domestic abuse providers to tender as it provides long term financial stability for organisations; many of which will be small grassroot community organisations, which almost exclusively make up the market place.

It also encourages organisations to invest in the service and embed continuous improvement over a longer period maximising the benefits to service users and the return on investment.

In addition it sends a strong message that Newham is committed to funding specialist domestic abuse services and working with small specialist organisations.

This is an open procurement process and will ensure the selection of a suitable provider in accordance with the service specification. There is a minimum requirement of 25 beds to be provided per supplier and the Authority will award to one provider once a full tender process has been completed. This procurement is being evaluated based on 100% quality due to the nature of the service and the quality of care required for our service users.

Bids that exceed £990,000 will be rejected by the council.

two.1.5) Estimated total value

Value excluding VAT: £1,386,000

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
    • DA23 - Special-purpose
    • DA28 - Social service
    • DA29 - Social work
    • DA30 - Counselling
    • DA32 - Family-planning
    • DA33 - Rehabilitation
    • DA34 - Guidance

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

The value of the proposed contract will be £1,386,000 over the lifetime of the contract (£198,000 per year over seven years).

A contract length of seven years (5+2) is likely to attract specialist domestic abuse providers to tender as it provides long term financial stability for organisations; many of which will be small grassroot community organisations, which almost exclusively make up the market place.

It also encourages organisations to invest in the service and embed continuous improvement over a longer period maximising the benefits to service users and the return on investment. In addition it sends a strong message that Newham is committed to funding specialist domestic abuse services and working with small specialist organisations.

This is an open procurement process and will ensure the selection of a suitable provider in accordance with the service specification. There is a minimum requirement of 25 beds to be provided per supplier and the Authority will award to one provider once a full tender process has been completed. This procurement is being evaluated based on 100% quality due to the nature of the service and the quality of care required for our service users.

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: £1,386,000

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

Start date

4 April 2022

End date

3 April 2027

This contract is subject to renewal

Yes

Description of renewals

Subject to extend contract for a further 2 Years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

This is an open procurement process and will ensure the selection of a suitable provider in accordance with the service specification. There is a minimum requirement of 25 beds to be provided per supplier and the Authority will award to one provider once a full tender process has been completed. This procurement is being evaluated based on 100% quality due to the nature of the service and the quality of care required for our service users.

Bids that exceed £990,000 will be rejected by the council.

It is a mandatory requirement for this service that organisations can provide 25 bedspaces in Newham:

• If organisations wish to partner with L&Q Living in order to support their provision of 25 beds spaces please follow the below process.

L & Q Living work with a range of organisations to provide accommodation for use as supported housing.

L&Q attended the Early Market Engagement Event on 21st April 2021 and informed suppliers of a vetting process to enable them to enter into a contract with L&Q for the delivery of refuge services.

Once completed, this must besubmitted to Joanne Summers via

Joanne.Summers@lq-living.co.uk

Providers are requested to start their application as soon as possible. L&Q have indicated that applications should be submitted by Monday 23rd August 2021 latest as there is an extensive vetting process.

If you have not started the process yet, we strongly encourage you to contact L&Q ifyou cannot provide 25 independently. You should be able to provide and/or inprocess to provide 25 beds by the tender deadline 3rd September 2021 4:00pm.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This is an open procurement process and will ensure the selection of a suitable provider in accordance with the service specification. There is a minimum requirement of 25 beds to be provided per supplier and the Authority will award to one provider once a full tender process has been completed. This procurement is being evaluated based on 100% quality due to the nature of the service and the quality of care required for our service users.

Bids that exceed £990,000 will be rejected by the council.

It is a mandatory requirement for this service that organisations can provide 25 bedspaces in Newham:

• If organisations wish to partner with L&Q Living in order to support their provision of 25 beds spaces please follow the below process.

L & Q Living work with a range of organisations to provide accommodation for use as supported housing.

L&Q attended the Early Market Engagement Event on 21st April 2021 and informed suppliers of a vetting process to enable them to enter into a contract with L&Q for the delivery of refuge services.

Once completed, this must besubmitted to Joanne Summers via

Joanne.Summers@lq-living.co.uk

Providers are requested to start their application as soon as possible. L&Q have indicated that applications should be submitted by Monday 23rd August 2021 latest as there is an extensive vetting process.

If you have not started the process yet, we strongly encourage you to contact L&Q ifyou cannot provide 25 independently. You should be able to provide and/or inprocess to provide 25 beds by the tender deadline 3rd September 2021 4:00pm.

Links to application can be found in the Contracts Finder Notice associated to this tender by following this link: https://www.contractsfinder.service.gov.uk/Notice/bb357f8e-2a3c-4fd6-9ea4-843a4cc773dd

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

3 September 2021

Local time

4:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

3 September 2021

Local time

5:00pm


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

oneSource

46 High St

Romford

RM1 1HR

Country

United Kingdom

Internet address

https://onesource.co.uk/