Framework Agreement for the provision of 16+ Supported Accommodation Services
Published
Value
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. Lot Lot 1: Standard 24 hour staffed Placements Provision of Standard 24 hour staffed Placements for children in care and care leavers aged 16+ years. 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. Lot Lot 2: Complex/High Needs Provision of support and accommodation for children under care or leaving care aged 16+ year old who have Complex/High Needs. 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. Lot Lot 3: 18 hour staffed units Provision of 18 hour staffed unit placements (support and accommodation) for children under care or leaving care aged 16+ years old. 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. Lot Lot 4: - Night staff only units Provision of Night staff only unit placements (support and accommodation) for children under care or leaving care aged 16+ years old. 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. Lot Lot 5: Therapeutic Mental health Provision of Therapeutic Mental health supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 6: Female Only Placements Provision of Female Only supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 7: Out of Borough Placements Provision of Out of Borough supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 8: Parent & Child Placements Provision of Parent and Child supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 9: Standalone Flats Placements Provision of Standalone Flats supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 10: Block Booked Standard Placement Provision of Block Booked Standard Placement supported accommodation services for children under care or leaving care aged 16+ years old. 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. Lot Lot 11: 18+ unstaffed with 2 hours support (Provider not responsible for Housing Element) 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. 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. Lot Lot 12: 18+ unstaffed with 2 hours support (Provider responsible for Housing Element) 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. 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. Lot Lot 13: - Block Book (18+ unstaffed unit) Provision of Block Booked (18+ unstaffed unit) supported accommodation services for children under care or leaving care aged 16+ years old. 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.
Timeline
Publish date
2 months ago
Close date
a month ago
Buyer information
London Borough of Enfield
- Contact:
- Procurement Services
- Email:
- Procurement.support@enfield.gov.uk
Explore contracts and tenders relating to London Borough of Enfield
Go to buyer profileSource
"Find-a-Tender"Tender tracking
Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.
Proactive prospecting
Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.
360° account briefings
Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.
Collaboration tools
Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.
Explore similar tenders and contracts
Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.
- Openclosing
Expression of Interest for Supported Living Developments for People with learning disability/learning disability and Autism
Bradford Metropolitan District Council
Published a day ago
- Openclosing
Online Sexual Health Services (SBS10255)
NHS Shared Business Services
95,000,000 GBP
Published a day ago
- Openclosing
Online Sexual Health Services (SBS10255)
NHS Shared Business Services
95,000,000 GBP
Published a day ago
- Openclosing
Adult Supported Living - Procured Service Arrangement (PSA) Phase 10
South Lanarkshire Council
225,000,000 GBP
Published 4 days ago
- Openclosing
Adult Supported Living - Procured Service Arrangement (PSA) Phase 10
South Lanarkshire Council
225,000,000 GBP
Published 4 days ago
- Openclosing
Renfrewshire Alcohol & Drugs Crisis Outreach Service
Renfrewshire Council
900,000 GBP
Published 4 days ago
- Openclosing
Provision of Home Care Services
Doncaster Metropolitan Borough Council
Published 4 days ago
- Openclosing
Renfrewshire Alcohol & Drugs Crisis Outreach Service
Renfrewshire Council
900,000 GBP
Published 4 days ago
Explore other contracts published by London Borough of Enfield
Explore more open tenders, recent contract awards and upcoming contract expiries published by London Borough of Enfield.
- Openclosing
30th Percentile Average Market Rent Calculation for the London Borough of Enfield Housing Advisory Service
London Borough of Enfield
Published a month ago
- Closed
Portcullis-Lodge Rd Car park Invasive Species Removal and insurance guarantee
London Borough of Enfield
43,162 GBP
Published 2 months ago
- Closed
Bramley House Court - Decency Works to Grade II Listed Sheltered Housing Unit - Non-Leasehold Properties (Old Project Discontinued)
London Borough of Enfield
2,900,000 GBP
Published 2 months ago
- Closed
Principal Designer (PD) Building Safety Regulations (BSR) for Lot East and West of the Block Externals Decent Homes Programme.
London Borough of Enfield
150,000 GBP
Published 2 months ago
- Closed
Appropriate Adults Service for Children - Expression of Interest
London Borough of Enfield
Published 2 months ago
- Closed
Framework Agreement for the Provision of 16+ Supported Accommodation Services
London Borough of Enfield
28,000,000 GBP
Published 2 months ago
- Closed
Framework Agreement for the Provision of 16+ Supported Accommodation Services
London Borough of Enfield
Published 2 months ago
- Closed
1234 - Domestic Electrical Testing and Responsive Repairs
London Borough of Enfield
4,500,000 GBP
Published 3 months ago
Explore more suppliers to London Borough of Enfield
Sign upExplore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
- Rotherham Metropolitan Borough Council
- Hull City Council
- Ipswich Borough Council
- Accent Housing Ltd
- Southern Health NHS Foundation Trust
- Fife College
- Central Housing Investment Consortium Limited ("CHIC")
- Crewe Town Council
- North East London Foundation Trust and Barnet Enfield and Haringey NHS Trust
- Coin Street Community Builders
- BROADMAYNE PARISH COUNCIL
Explore top sources for public sector contracts
Stotles aggregates public sector contract data from every major procurement data source. We ingest this data and surface the most relevant insights for our users. Explore our list of public sector procurement data sources below.