Central London Work and Health Programme
The intention of the WHP services is to support individuals with a disability, who are long term unemployed and some early access groups to find and sustain work.
United Kingdom-London: Job search services
2017/S 044-080958
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
City of London, Guildhall, PO Box 270
London
EC2P 2EJ
United Kingdom
Contact person: Alex Lindsay
E-mail: Alex.lindsay@cityoflondon.gov.uk
NUTS code: UKI
Address of the buyer profile: www.capitalesourcing.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Central London Works (Central London Work and Health Programme).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London (City) is the Lead Authority and is procuring Work and Health Programme (WHP) services on behalf of itself and the London Boroughs of Westminster, Camden, Islington, Lambeth, Southwark, Kensington and Chelsea, Wandsworth, Lewisham, Hackney, Haringey and Tower Hamlets (Participating Authorities).
The intention of the WHP services is to support individuals with a disability, who are long term unemployed and some early access groups to find and sustain work. WHP shall replace the services provided under Work Choice and Work Programme. The aim in addition to helping individuals to find work is to integrate WHP with local services and health provisions so the service users receive co-ordinated, holistic support to improve their health and well-being, and support the principle of localism by ensuring that it meets local priorities and reflects local needs. The draft specification for the services is included in the Procurement Documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the London Boroughs of Westminster, Camden, City of London, Islington, Lambeth, Southwark, Kensington and Chelsea, Wandsworth, Lewisham, Hackney, Haringey and Tower Hamlets.
II.2.4)Description of the procurement:
The Lead Authority is procuring the WHP services on behalf of itself and the Participating Authorities named in II.1.4). The intention is to award 1 contract under which the services are provided to the Lead Authority and Participating Authorities. The Lead Authority will have a back to back agreement with the Participating Authorities which will govern the conduct of the procurement and the in-contract provision.
The Services are social services governed by Section 7 Chapter 3 PCR 2015. The procedure adopted is detailed in the tender documentation and follows a procedure similar to the Competitive Dialogue Procedure. The Authorities are free to determine the procedure used.
The estimated value of the contract is between 29 000 000 GBP to 63 400 000 GBP. The higher value includes potential ESF Funding, which is not guaranteed, and potential extension — see the Procurement Documents for details on the ESF Funding.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
The Contract is for an initial period of 7 years with a potential extension of up to 2 years at the discretion of the Contracting Authority (which is subject to national policy and DWP proposals).
The Contract Period comprises a referral period of 5 years (subject to the potential extension) followed by a payment tail period of 25 months.
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
Rules and criteria will be set out in the procurement documents.
III.2.2)Contract performance conditions:
As set out in the Invitation to Participate in Dialogue (ITPD).
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
The Services fall within Schedule 3 PCR and the procurement is within the light touch regime. The Lead Authority is entitled to select a procedure of their choice pursuant to Reg. 76(1)PCR and intends to follow a procedure based on the competitive dialogue (CD) procedure however reserves the right to deviate from the CD process described in the PCR to the extent permitted under the Regulations. The procurement process is as further described in procurement documentation.
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.3)Additional information:
1. To express an interest and to receive information about this procurement economic operators must register on the e-tendering system: www.capitalesourcing,com and submit a SQ/ESPD no later than 12:00 (midday) on 31.3.2017.
2. The guidance pack for the SQ is accessible via the Portal.
3. Economic operators are requested to submit any queries in relation to this project, the SQ, ESPD, this notice or the tender documentation via the Portal.
4. It is anticipated that the final ITPD will be issued to shortlisted applicants on or around 8.5.2017. The Authority reserves the right to vary this date and any other time-scales or arrangements whether set out in this notice or identified later.
5. All applicants are solely responsible for their costs and expenses in relation to this procurement.
6. The Contracting Authority reserves the right to suspend or abort the procurement at any time prior to award in the event that the ESF funding application is not successful.
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794760000
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794760000
VI.4.3)Review procedure
Information is set out in the Procurement Documentation.
VI.4.4)Service from which information about the review procedure may be obtained
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
West London Work and Health Programme Contract
East London Work and Health Programme Contract
South London Partnership Work and Health Programme
Speaking Up Helpline and Information Service – Department of Health Tender Notice
Greater Manchester Work and Health Programme Contract