Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Children's Residential Care Home Service

  • Cyhoeddwyd gyntaf: 10 Mai 2024
  • Wedi'i addasu ddiwethaf: 10 Mai 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0342e6
Cyhoeddwyd gan:
London Borough of Enfield
ID Awudurdod:
AA21496
Dyddiad cyhoeddi:
10 Mai 2024
Dyddiad Cau:
10 Mehefin 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The London Borough of Enfield (the ‘contracting authority’) is seeking to appoint suitably qualified and Ofsted registered one or two provider/s to deliver Children’s Residential Care Home Services, in one or two 3-bedded house/s, for Children with Complex and Behavioural Needs, aged between 10 and 18 years (until 18th birthday).

The Services have been divided into two contracts. Firstly, Lot 1 – Children’s Residential Care Home Service for Children with Complex Needs, and Lot 2 - Children’s Residential Care Home Service for Children with Behavioural Needs.

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification, which is uploaded within the contracting authority’s e-Tendering portal, for further information.

The buildings at two identified sites within the Borough are currently under refurbishment and expected to be handed over in Autumn 2024. The contracting authority owns the properties and service provider/s will be granted leases that are co-terminus with the Service Contract and pay peppercorn rents.

The contracts for the Services are envisaged to be based on a block contract arrangement with 3 children to be placed at each home all the time. Successful bidder/s must cover the outcomes stated in the Service Specification in relation to care and support for the children and young people needing care.

The proposed contract will run for 10 (ten) years term starting from the Service

Commencement Date as described within each Contract, subject to successful performance of the successful provider/s and the terms and conditions of the contract. It is anticipated that there will be a Pre-Service Mobilisation Period of up to 8 weeks for preparatory purposes. This shall commence from the Commencement Date of each Contract. Following the completion of the Mobilisation Phase, as advised by the contracting authority in writing, the Commencement of the Services is expected to be in place.

The estimated maximum annual budgets available for Year 1 are Lot 1: 1,016,730 GBP and for Lot 2: 703,890 GBP (all excluding VAT). Estimated values for the 10-year duration across the two Lots is expected to be up to c18.840M GBP. Please refer to the draft Contract (Schedule 10, Clause 6) for further information.

In addition, the contracting authority reserves the right at its absolute discretion to vary either Contract (Lot) to include other sites for similar services within the London Borough of Enfield. At present, this could be up to an estimated aggregate value of 9,000,000 GBP during the terms of the Contracts. Therefore, the value stated in field II.1.5 (Estimated total value) of this notice includes this additional amount but is not guaranteed and would be subject to internal governance and decision making.

The Services advertised in this notice fall under the services listed in Annex XIV to Directive

2014/24/EU of the European Parliament and of the Council and chapter 3 of The Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.

The contracting authority is, therefore, inviting suitably qualified organisations to submit their tenders via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 10th June 2024. No other means of submitting the tenders are accepted.

Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

London Borough of Enfield

B-Block South, Civic Centre, Silver Street

Enfield

EN1 3XA

UK

Person cyswllt: Mr Mekonnen Gutta

Ffôn: +44 2081321294

E-bost: mekonnen.gutta@enfield.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.enfield.gov.uk/

Cyfeiriad proffil y prynwr: http://www.enfield.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/Advert/Index?advertId=5e254833-d7e1-ec11-8115-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/Advert/Index?advertId=5e254833-d7e1-ec11-8115-005056b64545


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Children's Residential Care Home Service

Cyfeirnod: DN562751

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The London Borough of Enfield (the ‘contracting authority’) is seeking to appoint suitably qualified and Ofsted registered one or two provider/s to deliver Children’s Residential Care Home Services, in one or two 3-bedded house/s, for Children with Complex and Behavioural Needs, aged between 10 and 18 years (until 18th birthday).

The Services have been divided into two contracts. Firstly, Lot 1 – Children’s Residential Care Home Service for Children with Complex Needs, and Lot 2 - Children’s Residential Care Home Service for Children with Behavioural Needs.

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification, which is uploaded within the contracting authority’s e-Tendering portal, for further information.

The buildings at two identified sites within the Borough are currently under refurbishment and expected to be handed over in Autumn 2024. The contracting authority owns the properties and service provider/s will be granted leases that are co-terminus with the Service Contract and pay peppercorn rents.

The contracts for the Services are envisaged to be based on a block contract arrangement with 3 children to be placed at each home all the time. Successful bidder/s must cover the outcomes stated in the Service Specification in relation to care and support for the children and young people needing care.

The proposed contract will run for 10 (ten) years term starting from the Service

Commencement Date as described within each Contract, subject to successful performance of the successful provider/s and the terms and conditions of the contract. It is anticipated that there will be a Pre-Service Mobilisation Period of up to 8 weeks for preparatory purposes. This shall commence from the Commencement Date of each Contract. Following the completion of the Mobilisation Phase, as advised by the contracting authority in writing, the Commencement of the Services is expected to be in place.

The estimated maximum annual budgets available for Year 1 are Lot 1: 1,016,730 GBP and for Lot 2: 703,890 GBP (all excluding VAT). Estimated values for the 10-year duration across the two Lots is expected to be up to c18.840M GBP. Please refer to the draft Contract (Schedule 10, Clause 6) for further information.

In addition, the contracting authority reserves the right at its absolute discretion to vary either Contract (Lot) to include other sites for similar services within the London Borough of Enfield. At present, this could be up to an estimated aggregate value of 9,000,000 GBP during the terms of the Contracts. Therefore, the value stated in field II.1.5 (Estimated total value) of this notice includes this additional amount but is not guaranteed and would be subject to internal governance and decision making.

The Services advertised in this notice fall under the services listed in Annex XIV to Directive

2014/24/EU of the European Parliament and of the Council and chapter 3 of The Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.

The contracting authority is, therefore, inviting suitably qualified organisations to submit their tenders via the contracting authority’s e-Tendering portal: London Tenders Portal www.londontenders.org by the return deadline which is 12:00 noon on 10th June 2024. No other means of submitting the tenders are accepted.

Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 27 840 500.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Lot 1 - Children's Residential Care Home Service for Children with Complex Needs.

Lot 2 - Children's Residential Care Home Service for Children with Behavioural Needs

II.2) Disgrifiad

Rhif y Lot Lot 1

II.2.1) Teitl

Children's Residential Care Home Service for Children with Complex Needs.

II.2.2) Cod(au) CPV ychwanegol

85300000

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 1), which is uploaded within the contracting authority’s e-Tendering portal, for further information.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40%

Price / Pwysoliad:  60%

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 11 132 910.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot Lot 2

II.2.1) Teitl

Children's Residential Care Home Service for Children with Behavioural Needs.

II.2.2) Cod(au) CPV ychwanegol

85300000

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

The successful provider/s shall support the contracting authority to fulfil its sufficiency duty in relation to accommodation for Looked After Children and to improve outcomes for this vulnerable group. The contracting authority’s aim is to ensure that children and young people in residential care will be happy, healthy, safe from harm and able to develop, thrive and fulfil their potential. Please refer to the Service Specification (Lot 2), which is uploaded within the contracting authority’s e-Tendering portal, for further information.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40%

Price / Pwysoliad:  60%

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 7 707 399.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-015424

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/06/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 10/06/2024

Amser lleol: 12:00

Place:

London Borough of Enfield, Civic Centre.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

The procurement is being run as a one-stage process with no pre-selection stage but bidders being allowed for their written tenders to be assessed only if they successfully pass the core elements of the Standard Selection Questionnaire. These will include questions relating to criminal activities, mandatory and discretionary exclusion of a supplier for non-payment of taxes and social security contributions, meeting the minimum requirements set for Economic and Financial Standing (EFS) Tests and passing all scored or non-scored (pass/fail) service specific questions relating to Technical and Professional Ability. Tenders that fail the requirements of the SSQ will be rejected and will not proceed further in the tender evaluation.

Bidders may submit tenders either for one or two Lots by completing separate Method

Statements (Schedule 6 A and/or B) and Pricing Schedule (Schedule 5 A and/or B). Bidders must clearly state within all their tender documents which Lot/s they are applying for.

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 expenses or losses, which may be incurred by any candidate or tenderer as a result.

Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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 contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract 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. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

VI.5) Dyddiad anfon yr hysbysiad hwn

09/05/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85300000 Gwasanaethau gwaith cymdeithasol a gwasanaethau cysylltiedig Gwasanaethau iechyd a gwaith cymdeithasol
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
mekonnen.gutta@enfield.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.