European Social Fund North and East London
This Provision is voluntary and will focus on a package of tailored support to address worklessness of unemployed individuals who are aged 50+.
United Kingdom-Leeds: Education and training services
2016/S 055-092100
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Work and Pensions
Quarry House, Quarry Hill
Contact point(s): All communications must be via the e-sourcing portal at https://dwp.bravosolution.co.uk — Please see Section VI.3 Additional Information for details on how to register
For the attention of: Gratton Christopher
LS2 7UA Leeds
UNITED KINGDOM
Telephone: +49 12345678
E-mail: christopher.gratton@dwp.gsi.gov.uk
Fax: +49 12345678
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/department-for-work-pensions
Electronic access to information: https://dwp.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://dwp.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other: employment related training
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:
European Social Fund (England) 2014-20.
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: This Provision is voluntary and will focus on a package of tailored support to address worklessness of unemployed individuals who are aged 50+. The provision will engage with the individual, identify and address barriers to work, using a range of specialist support/provision to move the Participant into sustained work at the earliest opportunity.
The Contract Package Area (CPA) will cover North and East London and is based on the Local Authority boundaries covering the following boroughs:
— Enfield,
— Haringey,
— Hackney,
— Waltham Forest,
— Newham,
— Redbridge,
— Barking and Dagenham,
— Greenwich,
— Havering, and
— Tower Hamlets.
NUTS code UKE43
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Service delivery under this contract is expected to commence in November 2016 and continue until October 2019. There will be a further 64 week payment tail. The contract value is 3 247 748 GBP and there is a requirement for a minimum of 2 170 Participants to start on this provision.
The aim of this Provision is to provide bespoke support to Participants who are unemployed or inactive and aged 50+ to assist them in overcoming any barriers that are preventing them from entering and sustaining employment. Through flexible and personalised packages of support, it will enhance engagement and work readiness activity for disadvantaged older people who face multiple barriers to work.
The Provider must meet ESF specific requirements set by the European Commission and failure to comply can result in a high financial risk for both the Provider and DWP, as funds used inappropriately or for ineligible Participants or purposes and/or where the ESF requirements have not been met are recoverable from Providers.
The Provider will use the Provider Referral and Payment (PRaP) system to receive their referrals and to record claimant activity. The Provider will therefore need to have met relevant security requirements when contracts go live.
This contract will be for the use of the Department for Work and Pensions (DWP), its Executive Agencies and those Non-Departmental Public Bodies (NDPBs) sponsored by DWP. Further information including a list of such Agencies and Public Bodies can be viewed by selecting ‘Ministerial Departments’ on the Departmental website.
Contracts for London:
The Authority intends to award 1 contract for this individual London opportunity, with a maximum of 2 contracts awarded to any single successful prime contractor organisation for the 4 London opportunities.
II.1.6)Common procurement vocabulary (CPV)
80000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The value of this contract is anticipated to be 3 247 748 GBP.
DWP may increase the volume of referrals where there is an increased demand and additional funding is made available by the Managing Authority. DWP will also have the option to extend the contract for up to a further 2 years, subject to satisfactory performance of the contract and availability of funding. Any variations or extensions will be subject to discussion and agreement between the Provider, LEP, MA and DWP at the appropriate time. The contract value may also increase in proportion to the scale and/or duration of any extension or variation. All contract values provided within this Contract Notice are indicative contract values.
Estimated value excluding VAT: 3 247 748 GBP
II.2.2)Information about options
Description of these options: DWP may increase the volume of referrals where there is an increased demand and where additional funding is made available by the Managing Authority. DWP also reserves the option to extend the contract for up to a further 2 years. The contract value may also increase in proportion to any variation and/or extension.
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
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender documents, which are available to download from https://dwp.bravosolution.co.uk
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender documents, which are available to download fromhttps://dwp.bravosolution.co.uk
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Invitation to Tender documents, which are available to download from https://dwp.bravosolution.co.uk
Minimum level(s) of standards possibly required:
Please refer to the Invitation to Tender documents, which are available to download from https://dwp.bravosolution.co.uk
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
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.3.2)Previous publication(s) concerning the same contract
Prior information notice
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Date: 26.4.2016 – 10:00
Place:
e-procurement.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): European Social Fund (England) 2014-2020. The allocation of European Structural and Investment Funds (ESIF), including ESF money for the full 7-year period.
VI.3)Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise.
Suppliers Instructions: How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once):https://dwp.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure). 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content — Click the ‘Express Interest’ button at the top of the page — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box. 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help or contact the eTendering help desk.
This is a procurement for services under the Light Touch Regime and DWP will not be bound by Public Contracts Regulations 2015 except as such Regulations are applicable to the Light Touch Regime.
DWP expressly reserves the rights: (i) To use a reverse auction; (ii) To cancel this procurement at any stage; (iii) To not award any contract as a result of the procurement process commenced by publication of this notice; (iv) To make whatever changes it may see fit to the content and structure of the tendering competition; (v) And in no circumstances will DWP be liable for any costs incurred by potential suppliers.
The Provider will use the Provider Referral and Payment (PRaP) system to receive their referrals and to record claimant activity. The Provider will therefore need to have met relevant security requirements when contracts go live.
VI.4.1)Body responsible for appeal procedures
Department for Work and Pensions
Quarry House, Quarry Hill
LS2 7UA Leeds
UNITED KINGDOM
VI.4.2)Lodging of appeals
You may also care to note the information provided via the DWP commercial complaints process.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Department for Work and Pensions
Quarry House, Quarry Hill
LS2 7UA Leeds
UNITED KINGDOM
VI.5)Date of dispatch of this notice: