Dynamic Purchasing System for the Provision of Supported Living Services Eingestellt von Tenders Electronic Daily

Dynamic Purchasing System for the Provision of Supported Living Services

Bewerbungsschluss

22.07.2024, 00:00 Uhr

Verfahren

Nicht offenes Verfahren

Art des Auftrags

Dienstleistungserbringung

Haupt CPV-Code
  • Dienstleistungen des Gesundheits- und Sozialwesens
    85000000-9
Sprache

Englisch

Auslober/Bauherr

Mayor and Burgesses of the London Borough of Haringey
London Borough of Haringey Council, Alexandra House, 10 Station Road
N22 8TR London

E-Mail: dps-enquiries@haringey.gov.uk
Webseite: www.haringey.gov.uk

Aufgabe

London Borough of Haringey (‘Haringey’) is establishing a Dynamic Purchasing System (DPS) to procure and commission accommodation based supported living service for vulnerable adults in the borough.Haringey invites suitably qualified suppliers of supported living services to submit a request to participate in the DPS, for the provision of the range of services to over 18 service users. This will cover provision of services to users with physical disabilities, mental health issues, learning disabilities and adults with various support needs due to issues around rough sleeping and homelessness.These services relate to the statutory duties of local authorities under the Housing Act 1996 Part VII as amended by the Homelessness Act 2002) and Care Act 2015 to provide support based accommodation to vulnerable adults over the age of 18 with varied levels of support needs.
London Borough of Haringey (‘Haringey’) is establishing a Dynamic Purchasing System (DPS) to procure and commission accommodation based supported living service for vulnerable adults in the borough.Haringey invites suitably qualified suppliers of supported living services to submit a request to participate...
Mehr anzeigen

Beschreibung der Beschaffung / Leistugnsumfang

The DPS will be used as the mechanism to procure the required services, with emphasis on enabled choice, flexibility and outcome driven bespoke services taking a person-centred approach. Haringey will also aim to drive improvements in quality of available capacity in the market. Potential suppliers will be required to go through an accreditation and enrolment process which sets out the minimum quality standards required to join the DPS. By applying for inclusion on the DPS and subject to meeting the minimum entry standards set out in the tender documentation, suppliers will be invited to submit tenders. Haringey will issue requests for tender to suppliers enrolled to the DPS as and when a requirement arises and will be able to start participating in delivery of services to the Haringey’s service users in the borough through individual packages.The DPS shall be divided into the following service categories:A. physical disability:(i) core support plus additional 1:1 as defined in the support plan;B. learning disability:(i) core support plus additional 1:1 as defined in the support plan;C. mental health:(i) core support plus additional 1:1 as defined in the support plan (iv) specialist support;D. positive behavioural services:(i) accommodation-based 18 years+,(ii) community-based 18 years+,(iii) community-based under 18 years.The contracts to be awarded under this DPS will be subject to the ‘Light Touch Regime’ under sections 74 to 76 of the Public Contracts Regulations 2015 (the ‘2015 Regulations’). Accordingly the full scope of the 2015 Regulations do not apply. Nothing in this OJEU notice or any other document issued during the procurement process (which refers to the process regarding admission to the DPS, to the award of contracts under the DPS or otherwise) shall be taken as acceptance that the full scope of the 2015 Regulations applies nor is it intended to create any contract (express or implied) that Haringey is conducting the procurement in accordance with the full scope of the 2015 Regulations. In particular, and without prejudice to the generality of the above, although the DPS that is being procured is modelled on a Dynamic Purchasing System under regulation 34 of the Public Contracts Regulations 2015, Haringey is not bound by regulation 34 in relation to the establishment and operation of the DPS.The following contracting authorities shall also be permitted to award contracts under the DPS for the provision of services in its own geographical area upon entering an access agreement with Haringey:• the following local authorities: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton, London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and• any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire.
The DPS will be used as the mechanism to procure the required services, with emphasis on enabled choice, flexibility and outcome driven bespoke services taking a person-centred approach. Haringey will also aim to drive improvements in quality of available capacity in the market. Potential suppliers will...
Mehr anzeigen

Weitere CPV-Codes
  • Wohngrundstücksdienste
    70331000-0
  • Dienstleistungen im Sozialwesen in Verbindung mit Heimen
    85311000-2
  • Altenfürsorgeleistungen
    85311100-3
  • Dienstleistungen der Sozialfürsorge, ohne Unterbringung
    85312000-9
Projektadresse

Region (NUTS-Code): UKI LONDON

United Kingdom-London: Health and social work services

2020/S 143-353006

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Mayor and Burgesses of the London Borough of Haringey
Postal address: London Borough of Haringey Council, Alexandra House, 10 Station Road
Town: London
NUTS code: UKI LONDON
Postal code: N22 8TR
Country: United Kingdom
Contact person: Lisa Bliss
E-mail: dps-enquiries@haringey.gov.uk

Internet address(es):

Main address: www.haringey.gov.uk

Address of the buyer profile: http://demand.sproc.net

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Health and Social Services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic Purchasing System for the Provision of Supported Living Services

II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:

London Borough of Haringey (‘Haringey’) is establishing a Dynamic Purchasing System (DPS) to procure and commission accommodation based supported living service for vulnerable adults in the borough.

Haringey invites suitably qualified suppliers of supported living services to submit a request to participate in the DPS, for the provision of the range of services to over 18 service users. This will cover provision of services to users with physical disabilities, mental health issues, learning disabilities and adults with various support needs due to issues around rough sleeping and homelessness.

These services relate to the statutory duties of local authorities under the Housing Act 1996 Part VII as amended by the Homelessness Act 2002) and Care Act 2015 to provide support based accommodation to vulnerable adults over the age of 18 with varied levels of support needs.

II.1.5)Estimated total value
Value excluding VAT: 110 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
85311000 Social work services with accommodation
85312000 Social work services without accommodation
85311100 Welfare services for the elderly
70331000 Residential property services
II.2.3)Place of performance
NUTS code: UKI LONDON
II.2.4)Description of the procurement:

The DPS will be used as the mechanism to procure the required services, with emphasis on enabled choice, flexibility and outcome driven bespoke services taking a person-centred approach. Haringey will also aim to drive improvements in quality of available capacity in the market. Potential suppliers will be required to go through an accreditation and enrolment process which sets out the minimum quality standards required to join the DPS. By applying for inclusion on the DPS and subject to meeting the minimum entry standards set out in the tender documentation, suppliers will be invited to submit tenders. Haringey will issue requests for tender to suppliers enrolled to the DPS as and when a requirement arises and will be able to start participating in delivery of services to the Haringey’s service users in the borough through individual packages.

The DPS shall be divided into the following service categories:

A. physical disability:

(i) core support plus additional 1:1 as defined in the support plan;

B. learning disability:

(i) core support plus additional 1:1 as defined in the support plan;

C. mental health:

(i) core support plus additional 1:1 as defined in the support plan (iv) specialist support;

D. positive behavioural services:

(i) accommodation-based 18 years+,

(ii) community-based 18 years+,

(iii) community-based under 18 years.

The contracts to be awarded under this DPS will be subject to the ‘Light Touch Regime’ under sections 74 to 76 of the Public Contracts Regulations 2015 (the ‘2015 Regulations’). Accordingly the full scope of the 2015 Regulations do not apply. Nothing in this OJEU notice or any other document issued during the procurement process (which refers to the process regarding admission to the DPS, to the award of contracts under the DPS or otherwise) shall be taken as acceptance that the full scope of the 2015 Regulations applies nor is it intended to create any contract (express or implied) that Haringey is conducting the procurement in accordance with the full scope of the 2015 Regulations. In particular, and without prejudice to the generality of the above, although the DPS that is being procured is modelled on a Dynamic Purchasing System under regulation 34 of the Public Contracts Regulations 2015, Haringey is not bound by regulation 34 in relation to the establishment and operation of the DPS.

The following contracting authorities shall also be permitted to award contracts under the DPS for the provision of services in its own geographical area upon entering an access agreement with Haringey:

• the following local authorities: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton, London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and

• any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Capabilities and outcome statements / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Initial period of 24 months with possible extension of a further 24 months.

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

When applying for membership of the DPS, potential suppliers will be invited to select which service category they wish to apply for. There is no limit on the number of categories that a supplier may choose, which is at the discretion of the supplier, however these must in service categories for which they can deliver services.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:

As stated in the procurement documentation and any subsequently issued documentation available at http:// demand.sproc.net

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/07/2024
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Procurement documents are available at http://demand.sproc.net

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

Internet address: https://www.haringey.gov.uk

VI.4.2)Body responsible for mediation procedures
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom

Internet address: https://www.haringey.gov.uk

VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Official name: adam HTT Limited
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: supplier.engagement@useadam.co.uk

Internet address: http://demand.sproc.net/

VI.5)Date of dispatch of this notice:
23/07/2020