Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Building 1000,Dockside Road
LONDON
E162QU
UK
E-mail: procurement.support@newham.gov.uk
NUTS: UKI41
Internet address(es)
Main address: www.newham.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supporting Vulnerable Adults DPV: Category 2-Supporting Vulnerable Single Homeless Adults (SVSHA) Round 1
Reference number: ITTN362
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Newham established a Supporting Vulnerable Adults Dynamic Purchasing Vehicle (DPV) in June 2023 for an initial term of 5 years with the option to extend for a further 5 years.
The DPV included the following categories:
Category 1 - Supported Living
Category 2 - Supporting Vulnerable Single Homeless Adults (SVSHA)
Category 3 - Prevention and Floating Support
Category 4 - Extra Care
Category 5 - Shared Lives
Category 6 - Care Homes
Category 7 - Immigration Advice and Support
The Authority will undertake the procurement for each Category in phases. Category 1 was published in 2023. This notice is in relation to Category 2, Round 1. Estimated Total Aggregate Value across the lifetime of the DPV for Category 2 is £65,597,760.
The primary purpose of services provided under Category 2 is to support each resident at any given time to develop or re-develop the skills necessary to manage a tenancy and address their individual vulnerabilities.
The services include accommodation-based services and community based for SVSHA's - people experiencing homelessness and/or rough sleeping.
The procurement is being conducted in accordance with Regulation 74 to 76 of the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 and as such, the Authority is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (providers).
The DPV is open for admission and withdrawal of providers to each category (once launched) and specialism(s) throughout its lifetime. Applications for admission to a category will be assessed in "Rounds" throughout the lifetime of the DPV (further information below).
Providers applying for admission to a category within a Round will be required to complete and meet minimum standards set out within the procurement documentation.
The Estimated Total Aggregate Value for Newham across the lifetime of the DPV is £957,356,593.
The DPV is open for use to other North East London Boroughs.
The Boroughs are: Barking and Dagenham, City of London, Hackney, Havering, Newham, Redbridge, Tower Hamlets, Waltham Forest.
Estimated Total Aggregate Value across all local authorities across the lifetime of the DPV is £6,701,496,150
II.1.5) Estimated total value
Value excluding VAT:
65 597 760.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI41
II.2.4) Description of the procurement
The procurement will be carried out in two stages.
To be admitted to the DPV for Category 2, all providers must complete and meet the minimum criteria within the Selection Questionnaire referred to as Stage 1 of the process.
Following the launch and admission of providers onto the DPV for Category 2, mini competitions may be run for award of contracts, this is referred to as Stage 2 of the process. Only those providers who have been successfully admitted to the DPV for Category 2 will be eligible to bid for contracts under the mini-competition process at Stage 2.
There is no limit to the number of providers that may join Category 2.
Providers applying for admission to the category within a Round will be required to complete and meet minimum standards set out within the procurement documentation.
Any interested organisation/consortium with relevant experience may apply to be admitted to the Dynamic Purchasing Vehicle (DPV). The DPV is a predominantly electronic system.
There will be no form of exclusivity or volume guarantee granted by the Authority or any other authority which is eligible to purchase services under the DPV in respect of the DPV services.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
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.2.13) 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
The E-Tendering portal used for this procurement will be Oracle Fusion and tender documentation is available on the link provided.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/08/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
02/08/2024
Local time: 18:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
02/07/2024