Tender

Prevention and Early Intervention Services

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2024/S 000-033472

Procurement identifier (OCID): ocds-h6vhtk-041162

Published 16 October 2024, 9:01pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

B-Block South, Civic Centre, Silver Street

Enfield

EN1 3XA

Contact

Procurement Services

Email

procurement.support@enfield.gov.uk

Telephone

+44 2081322120

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=d1b9be22-9f79-ee11-8125-005056b64545

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=d1b9be22-9f79-ee11-8125-005056b64545

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

Prevention and Early Intervention Services

Reference number

DN661847

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 up to five (5) suitably qualified providers to deliver its Prevention and Early Intervention Services. The aim of the Prevention and Early Intervention Services is to support Enfield residents to access the right information and support, at the right time. This means that people are enabled to live independently for longer, with good outcomes and without the need for more intensive support from health or social care.

The Service is divided into five Lots with each Lot envisaged to have a separate contract. The 5 individual Lots are as follows:

Lot 1: Supporting Unpaid Carers

Lot 2: Supporting Independence through Information & Advice Digital Inclusion & Assistive Technology

Lot 3: Supporting Independence through Advocacy & Inclusion

Lot 4: Supporting Independence & Inclusion Through Early Intervention

Lot 5: Home from Hospital, Supporting Recovery & Maintaining Independence

A bidder may apply for more than one Lot. However, one bidder can only be awarded up to two (2) Lots. Where a bidder applies for all Lots and score top for all of the Lots, they will win only two Lots that they score high in the Partnership element of the quality question criteria.

The proposed contracts are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term for two further period or periods of up to 3 years each, up to 9 years in total subject to contract and satisfactory performance.

The estimated total contract value for the five (5) Lots is approximately 13,605,228.00 GBP over the 9 years period (including optional extension(s)). The estimated total values for each Lot are: Lot 1 = 3,322,242 GBP, Lot 2 = 4,125,492 GBP, Lot 3 = 1,953,504 GBP, Lot 4 = 2,898,990 GBP, and Lot 5 = 1,305,000 GBP.

The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) 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 two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a second stage, where shortlisted candidates will be invited to tender. Therefore, candidates ranked within the top 5 (for the Lot they are applying for) in Technical and Professional Ability and Service Specific Questions scores of the SSQ will be shortlisted for the second stage of the process, i.e., Invitation to Tender. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores high in both Technical and Professional Ability and one of the Service Specific Questions (Delivering Previous Services) will be selected.

So, the contracting authority is inviting interested organisations for expression of interest via submission of a Selection Questionnaire to participate in this procurement. Interested organisations must submit the Selection Questionnaire and relevant financial information documents via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 18 November 2024. Instructions for completing the Selection Questionnaire (SSQ Appendix 2) and the SSQ Evaluation Method (SSQ Appendix 3) are uploaded on to the e-Tendering portal.

Following the completion of the SQ process, the contracting authority will invite pre-qualified candidates to submit their tender(s). Please refer to the procurement documents uploaded on to the portal for further information.

two.1.5) Estimated total value

Value excluding VAT: £13,605,228

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1: Supporting Unpaid Carers

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The overarching aim of this area is to identify, reach and provide accessible information and services to unpaid carers, so that they feel supported in their caring role and their health and wellbeing is maximised. See the Service Specification for this Lot uploaded within www.londontenders.org.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £3,322,242

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

Duration in months

108

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority envisages to let the contracts for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term or each extended term for a further period or periods of up to 3 years each (subject to a maximum contract period of nine (9) years) subject to contract 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

two.2) Description

two.2.1) Title

Lot 2 - Supporting Independence through Information & Advice Digital Inclusion & Assistive Technology

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The overarching aim is to ensure people have access to the clear and personalised information and about key health, social care, and Voluntary Community Sector services. This will enable people to make informed decisions about the services they receive to support their independence, health, and wellbeing

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £4,125,492

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

Duration in months

108

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority envisages to let the contracts for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term or each extended term for a further period or periods of up to 3 years each (subject to a maximum contract period of nine (9) years) subject to contract 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

two.2) Description

two.2.1) Title

Lot 3: Supporting Independence through Advocacy & Inclusion

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The overarching aim of this contract is to improve accessibility and provision to advocacy for people and their carers in Enfield. People will be supported to be independent and have choice and control of all decision-making that impacts their lives and in achieving their full potential.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,953,504

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

Duration in months

108

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority envisages to let the contracts for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term or each extended term for a further period or periods of up to 3 years each (subject to a maximum contract period of nine (9) years) subject to contract 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

two.2) Description

two.2.1) Title

Lot 4: Supporting Independence & Inclusion Through Early Intervention

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The aim of this service is to identify and reach key groups at risk of escalating need, provide suitable, early interventions to maximise independence.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £2,898,990

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

Duration in months

108

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority envisages to let the contracts for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term or each extended term for a further period or periods of up to 3 years each (subject to a maximum contract period of nine (9) years) subject to contract 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

two.2) Description

two.2.1) Title

Lot 5: Home from Hospital, Supporting Recovery & Maintaining Independence

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The aim of this service is to facilitate recovery from illness and successful hospital discharge through the provision of high-quality support in the home, so that people are confident and able to discharge from a hospital setting and live independently in the community.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,305,000

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

Duration in months

108

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority envisages to let the contracts for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term or each extended term for a further period or periods of up to 3 years each (subject to a maximum contract period of nine (9) years) subject to contract 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

Restricted 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: 2024/S 000-028366

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

Date

18 November 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 January 2025

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement process is being undertaken using the electronic tendering system ‘London Tenders Portal’ (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage.

Candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 5 (five) for scored elements for the Lot(s) they have applied for (at the selection stage) will be shortlisted for the second stage of the process, Invitation to Tender.

At the selection stage, if two candidates achieve the same score (a tie occurs) in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores high in both Technical and Professional Ability and one of the Service Specific Questions (Delivering Previous Services) will be selected.

Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority’s Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 14/11/2024 in order to participate. Registration is free.

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 cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers.

Bidders’ attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidder upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal.

The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder’s responsibility to ensure that their Tender takes full account of all the relevant circumstances.

Interested organisations are also alerted to the fact that background documents on the proceedings of the Pre-Procurement Market Engagements including supplier networking workshop have been uploaded on to the London Tenders Portal www.londontenders.org along with the procurement documents.

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

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.

six.4.4) Service from which information about the review procedure may be obtained

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom