Prevention and Early Intervention Services

Complete

Value

£13,605,228

Classifications

  • Health and social work services

Tags

  • tender

Submission Deadline

5 months ago

Published

6 months ago

Description

The London Borough of Enfield (the ‘contracting authority’) is seeking to appoint up to five (5) suitably qualified providers to deliver its Prevention and Early Intervention Services. The aim of the Prevention and Early Intervention Services is to support Enfield residents to access the right information and support, at the right time. This means that people are enabled to live independently for longer, with good outcomes and without the need for more intensive support from health or social care.
The Service is divided into five Lots with each Lot envisaged to have a separate contract. The 5 individual Lots are as follows:
Lot 1: Supporting Unpaid Carers
Lot 2: Supporting Independence through Information & Advice Digital Inclusion & Assistive Technology
Lot 3: Supporting Independence through Advocacy & Inclusion
Lot 4: Supporting Independence & Inclusion Through Early Intervention
Lot 5: Home from Hospital, Supporting Recovery & Maintaining Independence
A bidder may apply for more than one Lot. However, one bidder can only be awarded up to two (2) Lots. Where a bidder applies for all Lots and score top for all of the Lots, they will win only two Lots that they score high in the Partnership element of the quality question criteria.
The proposed contracts are for an initial term of 3 years. The contracting authority, at its absolute sole discretion, may exercise an option to extend the contracts at the end of the initial term for two further period or periods of up to 3 years each, up to 9 years in total subject to contract and satisfactory performance.
The estimated total contract value for the five (5) Lots is approximately 13,605,228.00 GBP over the 9 years period (including optional extension(s)). The estimated total values for each Lot are: Lot 1 = 3,322,242 GBP, Lot 2 = 4,125,492 GBP, Lot 3 = 1,953,504 GBP, Lot 4 = 2,898,990 GBP, and Lot 5 = 1,305,000 GBP.
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.
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 second stage, where shortlisted candidates will be invited to tender. Therefore, candidates ranked within the top 5 (for the Lot they are applying for) in Technical and Professional Ability and Service Specific Questions scores of the SSQ will be shortlisted for the second stage of the process, i.e., Invitation to Tender. 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 high in both Technical and Professional Ability and one of the Service Specific Questions (Delivering Previous Services) will be selected.
So, the contracting authority is 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 18 November 2024. Instructions for completing the Selection Questionnaire (SSQ Appendix 2) and the SSQ Evaluation Method (SSQ Appendix 3) are uploaded on to the e-Tendering portal.
Following the completion of the SQ process, the contracting authority will invite pre-qualified candidates to submit their tender(s). Please refer to the procurement documents uploaded on to the portal for further information.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Invitation to Tender for Care at Home Services Wellbeing Support for Adults

Bury Council is seeking a number of providers to deliver its Care at Home Service. The service will be split into two lots as follows: The contract is split into two Lots, Lot 1 Primary Framework Providers (Main and Alternate) and Lot 2 Secondary Framework Providers (backup). Lot 1 Primary Framework Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a 'week on' and 'week off' basis. This means that, on their 'week on', main service providers will accept minimum 80% of all referrals; on their 'week off', the main service provider will be expected to accept up to 20 % of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted. Lot 2 Secondary Framework Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Lot 1 providers are unable (must not exceed 600 hours unless in exceptional circumstances agreed by the Commissioner/ Council). The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council's discretion.

Bury Council

Published 11 hours ago
Open

Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)

Bury Council is seeking a number of providers to deliver its Care at Home Service. The service will be split into two lots as follows: The contract is split into two Lots, Lot 1 Primary Framework Providers (Main and Alternate) and Lot 2 Secondary Framework Providers (backup). Lot 1 Primary Framework Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a ‘week on’ and ‘week off’ basis. This means that, on their ‘week on’, main service providers will accept minimum 80% of all referrals; on their ‘week off’, the main service provider will be expected to accept up to 20 % of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted. Lot 2 Secondary Framework Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Lot 1 providers are unable (must not exceed 600 hours unless in exceptional circumstances agreed by the Commissioner/ Council). The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council’s discretion. If you wish to express an interest in this opportunity, please go to Proactis/the Chest portal, search for the above opportunity and then express an interest.

Bury Council

Published 11 hours ago
Open

Block Residential, Nursing and Extra Care Services for Adults in Buckinghamshire

Buckinghamshire Council is seeking a single provider to deliver care and support into four residential establishments in Buckinghamshire through a block contract. 1. The Croft Care Home is a 60-bed residential Establishment. Included within the block contract are 25 residential and 27 Residential Dementia beds. The remaining 8 beds are available for the Provider to use at their discretion. 2. The Chestnuts Care Home is a 64-bed residential Establishment. Included within the block are 16 residential and 27 residential dementia beds and 12 Extra care beds. Willowmead Court is a 12-unit extra care facility attached to the Care Home. The remaining 21 beds are available for the Provider to use at their discretion. 3. Hazlemere Lodge care home is a 64-bed residential Establishment with nursing. Included within the block Agreement are 32 Nursing beds, 16 residential beds and 12 Extra Care beds. St James Court is a 12 unit extra care facility attached to the care home. The remaining 16 beds are available for the Provider to use at their discretion. 4. Swan House care home is a 32-bed residential Establishment. Included within the block are 10 residential and 8 residential dementia beds and 12 extra care beds. Swan Court is the 12-unit Extra Care facility attached to the Care Home. The remaining 14 beds are available for the Provider to use at their discretion. Providers must be registered with the Care Quality Commission (CQC). The Provider must have a good track record and be rated by CQC as ‘Good’ or above in 50% of their registered service portfolio or be registered as ‘Good’ or above if they only have one other service. There will be a lease between the Registered Landlord and the successful Provider. The Council is of the opinion that TUPE may apply. The Contract will start on 8th December 2025 for a period of 10 years. There is an option to extend the contract for a further period of up to three years (36 months).

Katy Reed

Published 18 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Services

[email protected]

+44 2081322120

+44 20794760000

Timeline complete