Tender

Domestic Abuse Refuge Support and Independent Domestic Violence Advocacy service

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2023/S 000-019371

Procurement identifier (OCID): ocds-h6vhtk-03931b

Published 7 July 2023, 5:55am



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=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

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

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