Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Building 1000,Dockside Road
LONDON
E162QU
Country
United Kingdom
NUTS 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
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 Newham wishes to establish a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) for 5 + optional 5 years.
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
Each category will be published in phases, starting with Category 1: Supported Living and Category 2: SVSHA Services.
The aim of the DPV is to deliver the transformation of these services and to improve provider service quality with the need for a dynamic pathway that can flex around the individuals needs rather than a one size fits all approach.
A new Accommodation List (not procured) will sit alongside the DPV with the aim to raise minimum accommodation standards. For further details of the Accommodation List please see link: www.newham.gov.uk/accomodationlist
Potential Suppliers are invited to participate for one or more of the Categories.
This DPV is open for use to other NEL Boroughs.
The Procurement is being procured by the Authority for the benefit of the Authority and the
Partner Organisations.
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 Council 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 (Suppliers).
The Authority has created a tender process outlined below, as part of the DPV applying the
award criteria specified in this contract notice.
Any interested organisation/consortium with relevant experience may submit a Bid in
response to this ITP.
For each Category, there will be an 'Admission' stage followed by a 'Mini-Competition' stage.
There are two stages to providing services on the DPV:
Stage 1: Admission Stage - At this stage Suppliers are invited to apply for admittance on the DPV by submitting their responses via SQ.
Stage 2: Mini-Competition Stage - The suppliers who meet the initial selection criteria are issued Invitation to Tender (ITT) to bid for the relevant specialisms at individual placement or scheme level
By applying to the DPV, suppliers are not obligated to bid for services at the Mini- Competition stage or Call Off stage.
This DPV is open 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
Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is
£6,701,496,150
Admission stage for the DPV will be based on 100% Quality.
two.1.5) Estimated total value
Value excluding VAT: £957,356,593
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Supported Living
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 1: Supported Living -
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 (5+5 years) £266,777,101
Once suppliers for Category 1 are admitted onto the DPV then 'Mini-Competitions' can be undertaken. Mini-Competition refers to the "bid writing" stage, where suppliers submit tenders to win the contract outlined in the service specification.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live.
Stage 2: Mini-Competition Stage will be further divided into two routes:
Route 1: Individual Placements
Route 2: Schemes
All Suppliers admitted to the DPV, will be invited to bid for both Routes.
Bids for both Routes will be evaluated via Method Statements - a series of questions that seek to understand how suppliers would deliver the programme objectives in line with the terms of the service specification. Method Statement questions are part of the ITT pack. Suppliers upload their responses to the Method Statements via the Fusion portal.
Suppliers will be required to complete responses to Method Statements to demonstrate how they will deliver the service. Each Method statement will have a specified word limit.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 1.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
For Category 1: Supported Living, Suppliers will be required to demonstrate that they are able to meet Newham Council's 'bronze, silver or gold' contract monitoring quality standards as part of their bid submission at Mini-Competition Stage. For further details of how to progress to Silver and Gold quality standards, please see tender documents.
For Category 1: Supported Living, Suppliers will also be required to meet LBN's Accommodation Standards in order to be awarded at Mini-Competition Stage.
Suppliers who do not have accommodation may be able to partner with organisations on LBN's Accommodation List to deliver the service specified at Mini-Competition Stage.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Supporting Vulnerable Single Homeless Adults (SVSHA)
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 2: Supporting Vulnerable Single Homeless Adults (SVSHA) - Service provides accommodation based support, emergency accommodation solutions, targeted and specialised support for rough sleepers and to those who are homeless/ or at risk of rough sleeping. Service also may include support to residents to facilitate hospital discharges or other specialist type support or accommodation based support to prevent homelessness, rough sleeping or return to the streets.
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £65,597,760
Once Suppliers for Category 2 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
For Category 2, it is intended that Mini-Competitions will be held approximately every three (3) years. Additional Mini-Competitions may be held subject to additional external Funding received and NEL Borough requirements. Timetables will be indicated at time of publication of Mini-Competition.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 2.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
Mini-Competitions will allow Bidders to bid for a block contract or Scheme.
Bidders will be requested to advise which level of need and specialisms they are applying for as part of the Mini-Competition.
For Category 2, there will be core standards bidders will need to meet based on level of need. Bidders will need to respond to additional method statements to reflect the additional specialism they have applied for.
Bidders will need to pass the core standards in order to have the responses to the additional method statements evaluated.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Prevention and Floating Support
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 3: Prevention and Floating Support - Floating Support with specialisms in varied accommodation settings that include sustaining and maintaining tenancies in the community, prevention of homelessness/ statutory ASC support or stepping down from higher needs accommodation-based support at varying level of needs.
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £ 62,889,463
Once Suppliers for Category 3 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 3.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Extra Care
Lot No
4
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 4: Extra Care - Extra Care Housing is designed to meet the needs of predominantly older people who require 24-hour care and support to flexibly meet a wide range of needs which may include physical care and support needs, learning disability, cognitive disability and mental ill-health. Unlike Residential and Nursing Care, people who live in ECH have their own self-contained home within a purpose-built block and hold their own tenancy agreement.
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £ 39,620,361
Once Suppliers for Category 4 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 4.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Shared Lives
Lot No
5
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 5: Shared Lives - Shared Lives is an accommodation-based service for adults with eligible social care needs including mental health, physical disability, learning disability, cognitive impairment, sensory and other conditions. Shared Lives can provide both long term and short term respite placements in the Shared Lives Carers own home. This is a highly personalised and tailored service allowing individuals to live in the community within a family home environment.
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £ 16,521,691
Once Suppliers for Category 5 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 5.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Care Homes
Lot No
6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 6: Care Homes - The Council aims to support its Adult Social Care Customers to remain as independent in their home, for as long as possible; however, it recognises that Care Homes provide an important Service to those who can no longer live safely in their own home. In line with The Care Act 2014, Customers whose care and support needs have been assessed to be best met in a Care Home have the choice (with support from their family and Health and Social Care practitioners) to choose which Care Home they would like to live in - providing the Home is able to meet their needs.
To ensure each Care Home, which a Customer chooses to live in, meets the Council's requirements and expectations, the Council plans to develop a Pre-Placement Contract (with pre-agreed Terms and Conditions and Specification). Placements will then be purchased on a spot basis via an Individual Service Agreement (under the terms of the Contract).
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £ 503,115,701
Once Suppliers for Category 6 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 6.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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) Description
two.2.1) Title
Immigration Advice and Support
Lot No
7
two.2.2) Additional CPV code(s)
- 85312000 - Social work services without accommodation
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Category 7: Service provides residents with immigration advice and support to apply for settled/ regularised immigration status.
Estimated Aggregate Value across the lifetime of the DPV (5+5 years) £ 2,834,516
Once Suppliers for Category 7 are admitted onto the DPV then 'Mini-Competitions' can be undertaken.
Full service specifications will be published in the Invitation to Tender (ITT) pack when the Mini-Competition stage goes live
All Suppliers admitted to the DPV, will be invited to bid at Mini-Competition Stage.
Mini-Competitions will be held on the basis of 60% Quality, 10% Social Value and 30% Price for Category 7.
For future Mini-Competitions, flexibility has been allowed to vary the quality/price/social value percentage weightings by +/- 10%, details of this will be set out in the Mini-Competition documents. This flexibility will also apply to any other Local Authorities who may choose to access the DPV.
Full details will be available via the Council's 'Fusion' e-tendering portal at time of publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2023
End date
2 February 2033
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This DPV is open for an initial term of 5 (five) years with the option to extend for a further 5 (five) years
This contract notice is for admission onto the DPV.
Following the submission of Bids, the Council expects to undertake an evaluation process to
identify which Bid is the most economically advantageous tender (MEAT) and will be put
forward for consideration to be part of the DPV and will be able to bid to deliver any
package of services through 'call off' or advertised via mini competition.
Further details for call off and mini-competition will be available at time of publication
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
31 October 2022
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
31 October 2022
Local time
2:00pm
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
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom