Procurement Services London
Procurement and Commissioning Co-Managed Services.
United Kingdom-Enfield: Procurement consultancy services
2016/S 104-186400
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Enfield
Civic Centre, Silver Street
For the attention of: Mr Peter Alekkou
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083793163
E-mail: peter.alekkou@enfield.gov.uk
Internet address(es):
General address of the contracting authority: http://www.enfield.gov.uk/
Further information can be obtained from: London Borough of Enfield
Civic Centre, Silver Street
For the attention of: Mr Peter Alekkou
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083793163
E-mail: peter.alekkou@enfield.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:London Borough of Enfield
Civic Centre, Silver Street
For the attention of: Mr Peter Alekkou
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083793163
E-mail: peter.alekkou@enfield.gov.uk
Tenders or requests to participate must be sent to: London Borough of Enfield
Civic Centre, Silver Street
For the attention of: Mr Peter Alekkou
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083793163
E-mail: peter.alekkou@enfield.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKI12
II.1.5)Short description of the contract or purchase(s)
However, we face making another 80 000 000 GBP of savings by 2019/20 and will need to continually innovate and reduce costs to achieve this whilst we remain committed to ensuring that Enfield remains a great place to live, visit and do business.
As part of our ongoing transformation, the Authority is now seeking a partner to co-manage and lead the Hub. The Hub is responsible for all the Authority’s procurement and commissioning activity — including innovative housing solutions and social care brokerage through to IT hardware purchases.
We seek a partner who offers the expertise and capacity to work with us to develop the Hub, and is committed to the same things as the Authority — excellent services, great outcomes and, most importantly, putting the needs of our residents first. The Authority seeks a partner who will work seamlessly with us. This means:
—
providing leadership of the Hub
—
acting as the fulcrum for, and primary source of, advice in relation to procurement, commissioning and brokerage activities
—
contributing to the wider, strategic direction of the Authority
—
providing market-leading insight and creative thinking in relation to procurement and commissioning, and offering constructive challenge to senior managers across the Authority
—
operating in a manner that is fully compliant with the Authority’s policies and procedures, including ensuring that all safeguarding duties and responsibilities are met across the Authority (and, in respect of elements such as the brokerage of individual services to those in receipt of social care, at the individual level).
This is not an outsource arrangement, but a partnership. The Authority will continue to employ the staff who deliver the procurement and commissioning services within the Hub.
Fundamental to the requirement is:
—
delivery of the Core Savings
—
identifying and delivering Additional Savings
—
developing and enhancing the skills and knowledge of the Authority staff within the Hub, ensuring that they have the maximum opportunity for personal development and career advancement
—
providing advice and support to the Authority in relation to its wider procurement and commissioning needs, acting as a strategic partner
—
driving towards efficiencies of process, ensuring that Services are delivered, to the greatest extent possible, through digital and automated methods
—
leave a lasting legacy for the Authority
The Successful Bidder will work with senior staff from across the Authority, especially those with safeguarding responsibilities, to ensure the delivery requirements of the Hub are fully achieved. The Hub Leader will take direction from the relevant officer and budget holder, ensuring statutory lines of accountability are clearly maintained.
The Director FRCS will be responsible for the management of the contract and will provide day to day direction to the leader of the service. Reflecting the fact that many of the outcomes will be of a specific safeguarding or statutory nature, the overall performance of the Services will be agreed and overseen by the Authority’s Strategic Delivery Board, chaired by the Chief Executive.
Working within the Authority’s decision making and approval structures, the Hub Leader will have wide ranging responsibilities which are set out in more detail in the Specification.
II.1.6)Common procurement vocabulary (CPV)
79418000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 4 000 000 and 10 000 000 GBP
II.2.2)Information about options
Description of these options: The term of the contract will be for a minimum of 3 years, with an option to extend for a further 2 years.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Details in Pre-Qualification Questionnaire (PQQ).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: An authorised Officer of the Council.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice the Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice the Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Retail Marketing and Tendering Support Project London
Procurement Consultancy Contract