Care Leaver Covenant Contract – Department for Education
At its simplest, the Covenant is a promise made by organisations to support care leavers. That promise is backed-up by a specific offer of support that helps them achieve one or more of the five outcomes set out in Keep on Caring.
United Kingdom-London: Social work and related services
2017/S 147-305002
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Sanctuary Buildings, 20 Great Smith Street
London
SW1P 3BT
United Kingdom
E-mail: Michael.ALLURED@education.gov.uk
NUTS code: UKIInternet address(es):Main address: https://www.gov.uk/government/organisations/department-for-education
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Care Leaver Covenant.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The cross-Government care leaver strategy Keep on Caring, published in July 2016, included a commitment to introduce the ‘Care Leaver Covenant’. The ambition is that through the Covenant we can change thinking and practice around the way care leavers are supported, so that they can fulfil their potential and thrive as active members of society.
At its simplest, the Covenant is a promise made by organisations to support care leavers. That promise is backed-up by a specific offer of support that helps them achieve one or more of the five outcomes set out in Keep on Caring.
This is an ambitious project. The Department is therefore inviting bids from organisations to make the potential of the Care Leaver Covenant a reality. The contract runs for two years from October 2017 to September 2019 with the option of extending the contract for a further period up to March 2020.
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
England.
II.2.4)Description of the procurement:
This procurement is being run through Redimo2, the eProcurement system for the department. Bidders will need to register on Redimo2 at: https://www.gov.uk/government/organisations/department-for-education/about/procurement#redimo2 and are encouraged to so in advance of the tender being published.
Please note registration is a multi-stage process, please follow the guidance and ensure you allow sufficient time to complete the registration process and contact: commercial.contactpoint@education.gsi.gov.uk if you have any queries regarding registering on Redimo2.
Tenders must be submitted electronically via the Department’s ‘Redmio2’ e-sourcing solution. Tenders must be received by 14.9.2017 by 12:00 pm.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.14)Additional information
There will be a supplier event held on Friday 11 August from 2 pm to 4 pm at the Department for Education, Sanctuary Buildings, Great Smith Street, London SW1P 3BT.
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
Standard Selection Questions, in document 3, are a self-declaration, made by you (the potential supplier), that you do not meet any of the grounds for exclusion. If there are grounds for exclusion, there is an opportunity to explain the background and any measures you have taken to rectify the situation (we call this self-cleaning).
For the list of exclusion please see:
III.2.2)Contract performance conditions:
The final set of Key Performance Indicators (KPIs) will be subject to negotiation between the Department and the winning bidder. At this time, we will agree the meeting and reporting frequency and performance management requirements.
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.11)Main features of the award procedure:
Technical scoring represents 70 % of the overall evaluation. As such, the total of the scores achieved from the technical evaluation will be will be calculated as a proportion of 70 % to provide the final technical score. Financial scoring represents 30 % of the overall evaluation. The bidder with the cheapest price per full check will receive 100 marks and all other bids will be marked as a proportional variance form the top scoring bid.
The final technical and financial scores will be added tog.
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:
Indicative timetable.
Invitation to Tender (itT) published 3.8.2017.
Question and Answer (Q&A) period opens (managed through the messaging function within Redimo2) 3.8.2017.
Supplier event 11.8.2017.
Q&A period closes 29.8.2017.
Final Q&A Log issued 55.9.2017.
Deadline for submission of bids 14.9.2017.
Evaluation of bids Tender evaluation 15 — 21.9.2017.
Approvals process 25 — 27.9.2017.
Announcement of successful bidder 28.9.2017.
10 day standstill period 29.9.2017- 12.10.2017.
Contract Award 13.10.2017.
Service commencement 23.10.2017.
VI.4.1)Review body
Sanctuary Buildings, 20 Great Smith Street
London
SW1P 3BT
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Domiciliary Care Services Swindon
Residential and Nursing Care Placements Contract West Midlands
AQP Procurement Domiciliary Care Services in Essex
National Kinship Care Service Tender
Voluntary Community Services Contract Enfield