London Borough of Barnet: Provision of Enablement Service for The London Borough of Barnet

  London Borough of Barnet has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Enablement Service for The London Borough of Barnet
Notice type: Contract Notice
Authority: London Borough of Barnet
Nature of contract: Services
Procedure: Open
Short Description: The London Borough of Barnet (the ‘Authority’) is seeking to appoint a minimum of six (6) providers (the ‘Provider/s’) to deliver Enablement Services on its behalf for a two-year period with the option to extend for a further period or periods of up to three years subject to budget constraints and performance. Tender documents can be accessed via www.barnetsourcing.co.uk
Published: 27/03/2024 08:57

View Full Notice

UK-London: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             Provision of Enablement Service for The London Borough of Barnet
             Barnet Council, 2 Bristol Avenue, Colindale,, Colindale, London, NW9 4EW, United Kingdom
             Tel. +44 2083597212, Email: procurement@barnet.gov.uk
             Contact: Anita Awuku
             Main Address: www.barnetsourcing.co.uk
             NUTS Code: UKI71
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.barnetsourcing.co.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.barnetsourcing.co.uk to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Provision of Enablement Service for The London Borough of Barnet       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      85000000 - Health and social work services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The London Borough of Barnet (the ‘Authority’) is seeking to appoint a minimum of
six (6) providers (the ‘Provider/s’) to deliver Enablement Services on its behalf for a
two-year period with the option to extend for a further period or periods of up to three
years subject to budget constraints and performance. Tender documents can be accessed via www.barnetsourcing.co.uk       
      II.1.5) Estimated total value:
      Value excluding VAT: 19,950,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: North       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKI71 Barnet
      
      II.2.4) Description of procurement: The London Borough of Barnet (the ‘Authority’) is seeking to appoint multiple service providers
(the ‘Provider’) to deliver the Enablement service on its behalf for a 2-year period from 1 October
2024 to 30 September 2026 with the option to extend for a further period or periods of up to 3
years subject to budget constraints and performance.
The contract will be awarded to two providers in each Lot:
Lot 1 – North Locality
Lot 2 – South Locality
Lot 3 – West Locality
Providers are allowed to bid for multiple Lots but can be awarded a contract for one Lot only.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 6,824,220       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial term is 24 months with option to renew for further 36 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: South       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKI71 Barnet
      
      II.2.4) Description of procurement: The London Borough of Barnet (the ‘Authority’) is seeking to appoint multiple service providers
(the ‘Provider’) to deliver the Enablement service on its behalf for a 2-year period from 1 October
2024 to 30 September 2026 with the option to extend for a further period or periods of up to 3
years subject to budget constraints and performance.
The contract will be awarded to two providers in each Lot:
Lot 1 – North Locality
Lot 2 – South Locality
Lot 3 – West Locality
Providers are allowed to bid for multiple Lots but can be awarded a contract for one Lot only.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 6,754,228       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial term is 24 months with option to renew for further 36 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: West       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKI71 Barnet
      
      II.2.4) Description of procurement: The London Borough of Barnet (the ‘Authority’) is seeking to appoint multiple service providers
(the ‘Provider’) to deliver the Enablement service on its behalf for a 2-year period from 1 October
2024 to 30 September 2026 with the option to extend for a further period or periods of up to 3
years subject to budget constraints and performance.
The contract will be awarded to two providers in each Lot:
Lot 1 – North Locality
Lot 2 – South Locality
Lot 3 – West Locality
Providers are allowed to bid for multiple Lots but can be awarded a contract for one Lot only.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 6,754,228       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial term is 24 months with option to renew for further 36 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not applicable    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 06/05/2024 Time: 12:00
            
      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 month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/05/2024
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: to access tender docs please register at www.barnetsourcing.co.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=851636658
   VI.4) Procedures for review
   VI.4.1) Review body:
             Barnet Council
       Barnet Council, 2 Bristol Avenue, Colindale,, Colindale, London, NW9 4EW, United Kingdom
       Tel. +44 2083597212, Email: procurement@barnet.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/03/2024

Annex A


View any Notice Addenda

View Award Notice