Tender

West London Strategic Employment Support Contract

  • London Borough of Ealing

F02: Contract notice

Notice identifier: 2024/S 000-038475

Procurement identifier (OCID): ocds-h6vhtk-04c0d4

Published 28 November 2024, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing

14-16 Uxbridge Road

London

W5 2HL

Contact

Michel Ngue-Awane

Email

ngueawanem@ealing.gov.uk

Telephone

+44 2088258143

Country

United Kingdom

Region code

UKI - London

National registration number

226 6700 70

Internet address(es)

Main address

www.ealing.gov.uk

Buyer's address

www.ealing.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ealinglbc-atamis.my.site.com/login?locale=us

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ealinglbc-atamis.my.site.com/login?locale=us

Tenders or requests to participate must be submitted to the above-mentioned address

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

West London Strategic Employment Support Contract

Reference number

C0335

two.1.2) Main CPV code

  • 79611000 - Job search services

two.1.3) Type of contract

Services

two.1.4) Short description

1.1. This specification has been developed by the West London Alliance (WLA) through consultation with representatives of its member boroughs (Barnet, Brent, Ealing, Hammersmith & Fulham, Harrow Hillingdon, and Hounslow) and input from North West London NHS and Public Health colleagues. London Borough of Ealing is the lead commissioning borough on behalf of the WLA. It is seeking to procure up to £250m of employment support programmes over a ten-year period through the WLA Strategic Employment Support Programmes contract.

1.2. It is intended that the contract shall be for an initial term of 3 referral years, with the option to extend for a further 7 referral years, in any combination of durations. A person starting on a service on the last day of the referral window will receive the full duration of the service

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
Main site or place of performance

London Borough of Barnet; London Borough of Brent, London Borough of Ealing, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Hillingdon, London Borough of Hounslow. City of Westminster, Royal Borough of Kensington&ch

two.2.4) Description of the procurement

1.1. This specification has been developed by the West London Alliance (WLA) through consultation with representatives of its member boroughs (Barnet, Brent, Ealing, Hammersmith & Fulham, Harrow Hillingdon, and Hounslow) and input from North West London NHS and Public Health colleagues. London Borough of Ealing is the lead commissioning borough on behalf of the WLA. It is seeking to procure up to £250m of employment support programmes over a ten-year period through the WLA Strategic Employment Support Programmes contract.

1.2. It is intended that the contract shall be for an initial term of 3 referral years, with the option to extend for a further 7 referral years, in any combination of durations. A person starting on a service on the last day of the referral window will receive the full duration of the service

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: £250,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This is contract is for an initial term of 3 period years, with the option to extend for a further 7 years, in any combination of durations, making the possible contract terms of up to 10 years A person starting on a service on the last day of the referral window will receive the full duration of the service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 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

Providers must have experience in delivering Individual Placement and Support (IPS) or Supported Employment programs

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Assessment

The Council requires assurance that a company is in a sound financial position and able to support the contract.

The tables below are used to allocate scores against a range of standard financial assessment ratios. The total of these scores is used to set a Pass Mark. If a company scores below the Pass Mark, they are not eligible to be awarded the contract.

The scores for each ratio have been calculated by the Council’s Finance Department through an assessment of the accounts of a minimum of three companies, each agreed with the Commercial Hub and the Client as being able to provide the required services.

The maximum points score available from this model is 23. The minimum number of points required to be eligible to be awarded the contract (the Pass Mark) is given in Paragraph 2.18.

This means that the bottom-line score is the critical factor; scoring badly against the anticipated score in any one ratio can be offset by scoring better in another, making the assessment fair and balanced.


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

Date

2 January 2025

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

Tender must be valid until: 30 May 2025

four.2.7) Conditions for opening of tenders

Date

2 January 2025

Local time

12:00pm

Place

electronically


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

London Borough of Ealing

14-16 Uxbridge Road

London

W5 2HL

Email

ngueawanem@ealing.gov.uk

Country

United Kingdom

Internet address

www.ealing.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Court of Justice

The Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

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

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Email

ngueawanem@ealing.gov.uk

Country

United Kingdom

Internet address

www.aeling.gov.uk