Tender

Framework Agreement for the provision of 16+ Supported Accommodation Services

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2024/S 000-041325

Procurement identifier (OCID): ocds-h6vhtk-04cc6f

Published 21 December 2024, 3:35am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

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.duenorth.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.duenorth.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

Framework Agreement for the provision of 16+ Supported Accommodation Services

Reference number

DN694298

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 inviting suitably qualified providers to participate in the procurement process for setting up a lotted multiple supplier Framework Agreement for the provision of its 16+ Supported Accommodation Services. The aim of the 16+ Supported Accommodation Services is to provide supported accommodation that promote independence and preparation for adulthood for 16–17-year-old children in care and 18–25-year-old care leavers.

The Service is divided into 13 (thirteen) Lots. Successful participants will be able to participate in providing more than one Lot, as appropriate. However, only up to two bidders will be appointed under the two Block Booking Lots. Bidders may apply for and participate in the provision of more than one Lot of the rest of the Lots, subject to the terms of the Framework Agreement. However, only up to 25 Bidders will be appointed under these Lots. From those applying for Block Booking Lots, only those ranked up to two will be awarded the Framework Agreements.

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

The estimated total contract value for the thirteen (13) Lots, plus any required additional support hours, is approximately 28,000,000.00 GBP over the 4 years period (including optional extension). The estimated total values for each Lot are: Lot 1 = 16,800,000 GBP, Lot 2 = 1,400,000 GBP, Lot 3 = 280,000 GBP, Lot 4 = 280,000 GBP, Lot 5 = 1,400,000 GBP, Lot 6 = 280,000 GBP, Lot 7 = 5,600,000 GBP, Lot 8 = 280,000 GBP, Lot 9 = 280,000 GBP, Lot 10 = 280,000 GBP, Lot 11 = 280,000 GBP, Lot 12 = 280,000 GBP, and Lot 13 = 280,000 GBP. £280,000 is expected to be spent on additional support hours that might be purchased across all Lots as necessary throughout the terms of the Framework Agreement.

There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.

The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire. A second stage, where shortlisted candidates will be invited to tender will follow. Therefore, during the first stage of the procurement, candidates ranking up to 5 will be shortlisted and invited to bid for the Block Booking Lots and candidates ranking up to 35 will be shortlisted and invited to bid for the rest of the Lots, based on the total scores the candidates achieve in Technical and Professional Ability and Service Specific Questions (scored questions) of the SSQ.

The contracting authority is, therefore, 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 30 January 2025. Instructions for completing the Selection Questionnaire (Schedule 2) and the SSQ Evaluation Method (Schedule 3) are uploaded on to the e-Tendering portal.

Following the completion of the first stage supplier selection/SQ process, the contracting authority will invite pre-qualified candidates to submit their tender(s) applicable to the Lot(s) that have been applied for. Procurement documents are uploaded on to the portal for further information.

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
13

Maximum number of lots that may be awarded to one tenderer: 13

two.2) Description

two.2.1) Title

Standard 24 hour staffed Placements

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Standard 24 hour staffed Placements for children in care and care leavers aged 16+ years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £16,800,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Complex/High Needs

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of support and accommodation for children under care or leaving care aged 16+ year old who have Complex/High Needs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

18 hour staffed units

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of 18 hour staffed unit placements (support and accommodation) for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreements are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreements at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement 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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

- Night staff only units

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Night staff only unit placements (support and accommodation) for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Therapeutic Mental health

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Therapeutic Mental health supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Female Only Placements

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Female Only supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Out of Borough Placements

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Out of Borough supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £5,600,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Parent & Child Placements

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Parent and Child supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Standalone Flats Placements

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Standalone Flats supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

Block Booked Standard Placement

Lot No

Lot 10

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Block Booked Standard Placement supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Candidates who pass the selection criteria assessments of the Standard Selection Questionnaire and ranked within the top 5 in their Quality and price evaluation scores of the ITT stage will be awarded the Framework Agreement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

18+ unstaffed with 2 hours support (Provider not responsible for Housing Element)

Lot No

Lot 11

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of 18+ unstaffed with 2 hours support (Provider not responsible for Housing Element) supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

18+ unstaffed with 2 hours support (Provider responsible for Housing Element)

Lot No

Lot 12

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of 18+ unstaffed Supported Accommodations where Provider is responsible for Housing Element of the Service for children under care or leaving care aged 18+ years old young people.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 35

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreements are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreements at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement 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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 on30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

two.2) Description

two.2.1) Title

- Block Book (18+ unstaffed unit)

Lot No

Lot 13

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Provision of Block Booked (18+ unstaffed unit) supported accommodation services for children under care or leaving care aged 16+ years old.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £280,000

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

Duration in months

48

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

Objective criteria for choosing the limited number of candidates:

Candidates who pass the pass/fail selection criteria of the Standard Selection

Questionnaire and ranked within the top 35 in their scored SSQ questions will be invited to participate the ITT stage of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The proposed Framework Agreement is for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the Framework Agreement at the end of the initial term for a further one (1) year period subject to the terms of the Framework Agreement and satisfactory performance of the framework providers.

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.2.14) 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

Envisaged maximum number of participants to the framework agreement: 25

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

30 January 2025

Local time

12:00pm

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

10 March 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.

During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage.

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 the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting 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 30/01/2025 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 Bidders, at the ITT stage only, 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.

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.

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 Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it 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