Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Newham Dockside
LONDON
E162QU
Contact
Stacey Sangha
procurement.support@newham.gov.uk
Telephone
+44 2084302000
Country
United Kingdom
Region 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=3000000002089195
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=3000000002089195
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 DPV: Category 5 Shared Lives
Reference number
ITTN422
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 established a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) in June 2023 for an initial term of 5 years with the option to extend
for a further 5 years.
The DPV included 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
The Authority will undertake the procurement for each Category in phases. This notice is in relation to Category 5 Shared Lives.
Estimated Total Aggregate Value across the lifetime of the DPV for Category 5 is £16,521,691.
Shared Lives provides a community-based living option for adults with support needs who seek a more homely and inclusive environment. Adults are matched with approved Shared Lives Carers who share their home and provide personalised care and support tailored to individuals' needs. Shared Livers provides an alternative to traditional care settings, promoting greater independence and social inclusion. The Authority seeks to commission Shared Lives Service(s) offering a flexible and individualised approach to empower individuals with diverse needs who desire a more homely and inclusive living environment. This service will support individuals seeking a family-like living arrangement with integrated care and support. It will also benefit individuals transitioning from institutional settings or those seeking to develop their independent living skills in a supportive environment.
Service specifications for category 5 are not available to view at admission stage, but core information relevant to the service specification is included in 'The Service Brief' document.
This should give providers enough information to decide whether they want to apply for admission to the Supporting Vulnerable Adults DPV - Category 5 Shared Lives.
The procurement is being conducted in accordance with Regulation 74 to 76 of the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 and as such, the Authority 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 (providers).
The DPV is open for admission and withdrawal of providers to each category (once launched) and specialism(s) (where applicable) throughout its lifetime. Applications for admission to a category will be assessed in "Rounds" throughout the lifetime of the DPV (further information below).
Providers applying for admission to a category within a Round will be required to complete and meet minimum standards set out within the procurement documentation.
The Estimated Total Aggregate Value for Newham across the lifetime of the DPV is £957,356,593.
The DPV is open for use to other North East London Boroughs.
The Boroughs are: Barking and Dagenham, City of London, Hackney, Havering, Newham, Redbridge, Tower Hamlets, Waltham Forest.
Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is £6,701,496,150.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
The procurement will be carried out in two stages.
To be admitted to the DPV for Category 5, all providers must complete and meet the
minimum criteria within the Selection Questionnaire referred to as Stage 1 of the process.
Following the launch and admission of providers onto the DPV for Category 5, mini
competitions may be run for award of contracts, this is referred to as Stage 2 of the process.
Only those providers who have been successfully admitted to the DPV for Category 5 will be
eligible to bid for contracts under the mini-competition process at Stage 2.
There is no limit to the number of providers that may join Category 5.
Providers applying for admission to the category within a Round will be required to complete
and meet minimum standards set out within the procurement documentation.
Any interested organisation/consortium with relevant experience may apply to be admitted
to the Dynamic Purchasing Vehicle (DPV). The DPV is a predominantly electronic system.
There will be no form of exclusivity or volume guarantee granted by the Authority or any
other authority which is eligible to purchase services under the DPV in respect of the DPV
services
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
Duration in months
96
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.2.14) Additional information
The E-Tendering portal used for this procurement will be Oracle Fusion and tender
documentation is available on the link provided within this notice.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
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 January 2025
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 Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom