DWP Tender for Employment and Health Related Services
The Department for Work and Pensions wishes to establish a tiered Framework-style umbrella agreement for the provision of employment and health related services.
United Kingdom-Sheffield: Administration, defence and social security services
2020/S 126-309330
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Hartshead Square
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S1 2FD
Country: United Kingdom
Contact person: Garry Chambers
E-mail: SHS.EMPLOYABILITYUMBRELLAAGREEMENT@DWP.GSI.GOV.UK
Telephone: +44 1132327010
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Commercial Agreement for the Provision of Employment and Health Related Services (CAEHRS)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department for Work and Pensions (the Authority) wishes to establish a tiered framework-style umbrella agreement for the provision of employment and health related services. The aim of this is to help people who are unemployed, disabled, have a health condition or barrier to work to select, train for, obtain and retain employment (Services). The types of support services required may vary over time and with the needs of the people being supported. This procurement relates to the health, social and related services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) as a social service. This procurement is being conducted under the Light Touch Regime (LTR) so is subject to limited regulation and will be conducted in accordance with regulations 74 to 76 of the PCR.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
CAEHRS Lot 1: Central England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Central England.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 2: North East England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North East England.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 3: North West England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West England.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 4: Southern England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Southern England.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 5: London and Home Counties
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London and Home Counties.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 6: Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
WALES.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 7: Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
SCOTLAND.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CAEHRS Lot 8: National
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
National.
II.2.4)Description of the procurement:
See II 1.4) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Suppliers will be assessed against the selection and exclusion criteria as detailed within the tender documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
As CAEHRS is a quasi-framework agreement/ system under the light touch regime, it would be possible to have CAEHRS run for 5 years. “Ordinary” (not light touch) framework agreements are limited to a period of four years, however, as CAEHRS is a light touch commercial vehicle, it is in keeping with the principles of proportionality to have CAEHRS run for 5 years.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The competition for appointment to the CAEHRS will identify organisations that have the capacity and expertise to deliver employment and health related services, in the lot for which they apply, to the Authority, other Government Departments and their Agencies, Non-Departmental Public Bodies, Devolved Deal Areas, City Deal Areas, Combined Authorities and Local Authorities.
The CAEHRS will be divided into seven geographical regional lots:
Lot 1: Central England,
Lot 2: North East England,
Lot 3: North West England,
Lot 4: Southern England,
Lot 5: London and Home Counties,
Lot 6: Wales, and
Lot 7: Scotland.
There will also be a separate National Lot 8.
Lots 1-7 will also be split into tiers — tier 1 and tier 2. With respect to lots 1-5, there will be eight places available for tier 1 and nine places in tier 2. With respect to lots 6 and 7, there will be five spaces in tier 1 and nine spaces in tier 2. The National lot will only have one tier. The Authority will select the potential CAEHRS providers who receive the 5-9 highest scores (as applicable). Potential suppliers cannot apply for the National lot, however, any CAEHRS provider that is appointed to two or more of the Regional lots 1-7 (inclusive) will be appointed to the National Lot as long as they meet the additional criteria as defined in the invitation to tender documentation. Organisations who want to join the CAEHRS may bid to be included in one, all or any combination of lots. The tiers that an organisation is appointed to determines the value of call-off contracts that it is eligible to bid for.
All organisations wishing to participate in the CAEHRS competition are required to submit, inter-alia, relevant organisational information; contact details; grounds for mandatory exclusion; non-payment of taxes; grounds for discretionary exclusion; conflicts of interest and self-cleaning.
More information will be provided within the invitation to tender. The Authority cannot guarantee to any organisation any business through the CAEHRS. The Authority expressly reserves the right:
(i) to not award any contracts as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition.
In no circumstances will the Authority be liable for any costs incurred by the potential provider. If the Authority decides to enter into a CAEHRS contract with any organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded or that there is an exclusivity in any way with respect to any services. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders. Any orders placed under the CAEHRS will form a separate contract under the scope of the CAEHRS between the provider and the relevant contracting authority. The Authority utilising the CAEHRS reserves the right to use any electronic portal during the life of the CAEHRS.
VI.4.1)Review body
Postal address: Hartshead Square, Sheffield
Town: Sheffield
Postal code: S1 2FD
Country: United Kingdom
E-mail: SHS.EMPLOYABILITYUMBRELLAAGREEMENT@DWP.GOV.UK
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties to take action in the High Court. Any such action must be brought within the relevant time limits. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may award damages and in the case of specified breaches of the rules may also order the termination of the contract and the levying of fines. Precise deadlines and the situations in which the deadlines can be extended are contained within part 3 of the Public Contracts Regulations 2015 (SI 2015/102).
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Hartshead Square
Town: Sheffield
Postal code: S1 2FD
Country: United Kingdom
VI.5)Date of dispatch of this notice: