Where Care Excellence Meets Business Success. Transform your operations today - 0333 577 0877
Log in to CareSync Interview Preparation.
Summary, notice description and lot information
The London Borough of Enfield is inviting qualified providers to participate in the procurement for a Framework Agreement to provide 16+ supported accommodation services. This framework is designed to offer supported living arrangements for children in care and care leavers aged 16-25. The procurement process, currently in the tender stage, involves submission via the London Tenders Portal.
Prospective bidders must submit their Standard Selection Questionnaire by noon on 30 January 2025. The services are divided into 13 lots, with providers able to bid for multiple lots. The framework's initial term is three years with a possible one-year extension, subject to satisfactory performance.
The estimated total contract value, including the optional extension, is approximately £28,000,000. This tender presents substantial opportunities for businesses specialising in social work and related services, particularly those experienced in supporting young people transitioning from care to independence. Businesses that can offer high-quality, reliable support services tailored to the needs of young care leavers are well-suited to compete for these contracts.
Providers capable of handling complex or high needs cases, out-of-borough placements, or those able to offer various specialised accommodations, such as therapeutic mental health or standalone flats, will find significant business growth opportunities through this multi-lot framework agreement.
Provision of Standard 24 hour staffed Placements for children in care and care leavers aged 16+ years. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of support and accommodation for children under care or leaving care aged 16+ year old who have Complex/High Needs. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of 18 hour staffed unit placements (support and accommodation) for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Night staff only unit placements (support and accommodation) for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Therapeutic Mental health supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Female Only supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Out of Borough supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Parent and Child supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Standalone Flats supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Block Booked Standard Placement supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of 18+ unstaffed with 2 hours support (Provider not responsible for Housing Element) supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of 18+ unstaffed Supported Accommodations where Provider is responsible for Housing Element of the Service for children under care or leaving care aged 18+ years old young people. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Provision of Block Booked (18+ unstaffed unit) supported accommodation services for children under care or leaving care aged 16+ years old. Additional information: This procurement process is being undertaken using the electronic tendering system 'London Tenders Portal' (url: https://www.londontenders.org/). The procurement is being run as a two-stage process with a pre-selection stage using the core elements of the Standard Selection Questionnaire, and then a tender stage. During the first stage of the process, candidates who pass the prescribed minimum requirements (i.e. Pass/Fail questions) of the Standard Selection Questionnaire and ranked within the top 35 in their scored elements of the Standard Selection Questionnaire will be shortlisted for the second stage of the process, Invitation to Tender. Please refer to the Procurement documents for the award criteria at the ITT stage. If two candidates achieve the same score in the scored questions of the SSQ, a candidate that scores high in Technical and Professional Ability question will be chosen over the other. If they still score the same in the Technical and Professional Ability question, then a candidate that scores the highest in both Technical and Professional Ability and one of the Service Specific Questions that has the highest weighting will be selected. Regarding II.2.9 of this notice, information about the limits on the number of candidates to be invited to tender, candidates should refer to the contracting authority's Selection Questionnaire and its evaluation method for further information. Suppliers will need to register an interest on the London Tenders Portal and submit a completed Standard Selection Questionnaire (SQ) and required supplementary documents no later than 12:00 noon on 30/01/2025 in order to participate. Registration is free. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights, then it will not be responsible for or pay the cost, expenses or losses which may be incurred by any candidate or tenderer as a result. Candidates and tenderers are solely responsible for their costs and expenses incurred in connection with the preparation of their submissions and at all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by candidates or tenderers. Bidders' attention is drawn to the potential implications of TUPE. The information to enable the Bidder to formulate its bid on the basis that TUPE applies will be released to the Bidders, at the ITT stage only, upon receipt of the completed Schedule 12 (TUPE Information Declaration of Confidentiality) via message through the London Tenders Portal. The TUPE information to be provided has been obtained from the contractors presently undertaking this task. Whilst the Authority has obtained this information in good faith the Authority gives no guarantee or assurance as to the accuracy of this information and cannot be held responsible for errors or omissions in it. It remains the Bidder's responsibility to ensure that their Tender takes full account of all the relevant circumstances. The Services advertised in this notice fall under the services listed in chapter 3 and Schedule 3 (Social and other specific services) of the Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Notice type, method, and CPV codes
Financial information and value estimates
Contract duration information not available.
Publication, submission, and award timeline
Current status of tender, lots, awards, and contracts
Buyer organisation and contact details
Supplier who was awarded this contract
External resources and data downloads
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector.
Our expert team can help you prepare a winning bid. Get professional support from CareSync Experts.
Get in touch with our team at Care Sync Experts today for a consultation.
Email: hello@caresyncexperts.co.uk
Phone: 0333 577 0877
Contact Us
Would you like to receive update from CareSync Experts?