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
Telephone
+44 2081321294
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
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=bf715257-da1b-ee11-8123-005056b64545
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=bf715257-da1b-ee11-8123-005056b64545
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
Domestic Abuse Refuge Support and Independent Domestic Violence Advocacy service
Reference number
DN636477
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 a suitably qualified provider to deliver Domestic Abuse Refuge and Support Services (the Service”). Please refer to the Service Specification (Schedule – 1 of the ITT) for further information.
The aim of the Service is to provide temporary accommodation and support/advocacy for women aged 16 years and above including their children (where applicable) who are subjected to domestic abuses. The proposed procurement consists of two elements: accommodation for those fleeing abuse in a purpose built 21-bed refuge accommodation (Refuge) and advocacy support for survivors of domestic abuse targeting high-risk survivors of domestic and sexual violence and children at risk of harm with the primary object of securing their safety.
The proposed contract is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contract at the end of the initial term for a further period or periods of up to 4 years in 2 years increment, subject to availability of funding and satisfactory performance.
The estimated total contract value is approximately 2,864,000.00 GBP over the 7 years period (including optional extension(s). Please note, the estimated annual contract value will be up to £422,000 for the first year of the contract and up to £407,000 per year for the subsequent years (including the optional extension periods). Therefore, the additional 15,000.00 GBP is only guaranteed for the first contract year.
The Services advertised in this notice fall under the services listed under 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 procurement is being run as a one stage process using the core elements of the Standard Selection Questionnaire as minimum standards. It is envisaged that the Candidate with the top scoring tender demonstrating the Most Economically Advantageous Tender (MEAT) will be awarded the Contract.
Therefore, the contracting authority is inviting interested organisations to submit their tender in accordance with the procurement documents provided via the contracting authority’s eTendering portal: London Tenders Portal www.londontenders.org by the tender return deadline which is 12:00 noon on 8 August 2023.
Please refer to the procurement documents uploaded on to the portal for further information.
two.1.5) Estimated total value
Value excluding VAT: £2,864,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The proposed procurement for this Service consists of two elements:
1) providing accommodation and support in a purpose built 21-bed refuge accommodation(Refuge);
2) providing independent domestic violence advocacy (IDVA) and floating support for survivors of domestic abuse targeting high-risk survivors of domestic and sexual violence and children at risk of harm with the primary object of securing their safety.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Any renewal will be dependent on funding beyond the term of this proposed contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contract at the end of the initial term for a further period or periods of up to 4 years in 2 years increment, subject to availability of funding and satisfactory performance.
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 000-036122
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 August 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
8 August 2023
Local time
2:00pm
Place
This is electronic submission so the Contracting Authority's personnel will lift the seal and carry out initial screening before releasing to evaluation panel.
Information about authorised persons and opening procedure
See above.
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 using the core elements of the Standard Selection Questionnaire as minimum standards. It is envisaged that the Candidate with the top scoring tender demonstrating the Most Economically Advantageous Tender (MEAT) will be awarded the Contract.
Suppliers will need to submit their tender on the London Tenders Portal no later than 12:00 noon on 08/08/2023 in order to participate.
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
Internet address
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 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