Notice Information
Notice Title
Provision of Enfield Holiday Activities and Food Programme (HAF) - Reference: DN631293
Notice Description
The contracting authority requires a HAF arrangement to provide a wide range of opportunities for eligible children and young people CYP to take part in, that are local to where they live, and could be Face to face activities providing a range of activities for at least four hours per day Provision could include open access activities that do not require advance booking, providing that the activity is targeted to geographic areas of highest need for the age group. An offer for children and young people who have SEND, this could include more specialist provision that is exclusively for children with SEND. Organisations will be able to apply to run provision exclusively for HAF eligible children or offer several places within an existing provision that also offers paid places. These holiday club places will provide children with at least one nutritious hot meal each day, as well as a range of physical and enriching activities. This programme is targeted at school aged children from reception to year 11 inclusive who receive benefits related free school meals. Funding will be dispensed from the Holiday Activities and Food HAF programme grant that has been allocated to London Borough of Enfield by the Department for Education DfE. HAF services shall take place during the Easter, Summer and Winter school holidays each year for a total of 6 weeks Easter 1 week 4 days Summer 4 weeks 16 days Winter 1 week 4 days Therefore, the contracting authority requires a good range of suitably qualified providers to cover locations across the borough of Enfield appointing providers under the following 2 Lots Lot 1 Universal HAF provision with 12 percent of spaces for children and young people with low level SEND Note maximum of 40 providers to be appointed in line with the procurement documents Lot 2 Specialist HAF provision for children and young people with targeted or specialist special educational needs and or disabilities SEND Note maximum of 5 providers to be appointed in line with the procurement documents The Framework Agreement will run for a period of 2 years, with an option to extend annually up to a further two years at the contracting authority's full discretion. Please note there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. 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 one stage process - which includes the core elements of the Standard Selection Questionnaire (SQ). Suppliers will need to register an interest on the London Tenders Portal and submit a tender submission no later than tender return deadline in order to participate and registration is free. Tender submissions cannot be uploaded after the return deadline. The estimated total value stated is for the full duration of the Framework Agreement, which is up to four (4) years. The estimated annual contract value across the Lots is approximately 1,375,000 GBP. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award Framework Agreement 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 expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the Contracting Authority be liable for costs or expense borne by the economic operators. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and chapter 3 of The Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly. The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-3f4752b3-83e3-4e33-ab84-90845d9d2473
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/4a29f1c5-ecf4-4cdf-9626-bd13cb3fc822
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Apr 20232 years ago
- Submission Deadline
- 1 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 17 Sep 2023 - 18 Sep 2025 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF ENFIELD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ENFIELD
- Postcode
- EN1 3ES
- Post Town
- Enfield
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI54 Enfield
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)
-
- Local Authority
- Enfield
- Electoral Ward
- Town
- Westminster Constituency
- Enfield North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/4a29f1c5-ecf4-4cdf-9626-bd13cb3fc822
25th April 2023 - Opportunity notice on Contracts Finder -
https://www.londontenders.org/
Procurement portal and documentation to be accessed at the following link: -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-3f4752b3-83e3-4e33-ab84-90845d9d2473-2023-04-25T14:07:46+01:00",
"date": "2023-04-25T14:07:46+01:00",
"ocid": "ocds-b5fd17-3f4752b3-83e3-4e33-ab84-90845d9d2473",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ENFLD001-DN631293-50062195",
"title": "Provision of Enfield Holiday Activities and Food Programme (HAF) - Reference: DN631293",
"description": "The contracting authority requires a HAF arrangement to provide a wide range of opportunities for eligible children and young people CYP to take part in, that are local to where they live, and could be Face to face activities providing a range of activities for at least four hours per day Provision could include open access activities that do not require advance booking, providing that the activity is targeted to geographic areas of highest need for the age group. An offer for children and young people who have SEND, this could include more specialist provision that is exclusively for children with SEND. Organisations will be able to apply to run provision exclusively for HAF eligible children or offer several places within an existing provision that also offers paid places. These holiday club places will provide children with at least one nutritious hot meal each day, as well as a range of physical and enriching activities. This programme is targeted at school aged children from reception to year 11 inclusive who receive benefits related free school meals. Funding will be dispensed from the Holiday Activities and Food HAF programme grant that has been allocated to London Borough of Enfield by the Department for Education DfE. HAF services shall take place during the Easter, Summer and Winter school holidays each year for a total of 6 weeks Easter 1 week 4 days Summer 4 weeks 16 days Winter 1 week 4 days Therefore, the contracting authority requires a good range of suitably qualified providers to cover locations across the borough of Enfield appointing providers under the following 2 Lots Lot 1 Universal HAF provision with 12 percent of spaces for children and young people with low level SEND Note maximum of 40 providers to be appointed in line with the procurement documents Lot 2 Specialist HAF provision for children and young people with targeted or specialist special educational needs and or disabilities SEND Note maximum of 5 providers to be appointed in line with the procurement documents The Framework Agreement will run for a period of 2 years, with an option to extend annually up to a further two years at the contracting authority's full discretion. Please note there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. 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 one stage process - which includes the core elements of the Standard Selection Questionnaire (SQ). Suppliers will need to register an interest on the London Tenders Portal and submit a tender submission no later than tender return deadline in order to participate and registration is free. Tender submissions cannot be uploaded after the return deadline. The estimated total value stated is for the full duration of the Framework Agreement, which is up to four (4) years. The estimated annual contract value across the Lots is approximately 1,375,000 GBP. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award Framework Agreement 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 expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the Contracting Authority be liable for costs or expense borne by the economic operators. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and chapter 3 of The Public Contracts Regulations 2015. The procurement process that will apply to the services is specified in the procurement documents accordingly. The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.",
"datePublished": "2023-04-25T14:07:46+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "England",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 5500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-06-01T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2023-09-18T00:00:00+01:00",
"endDate": "2025-09-18T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/4a29f1c5-ecf4-4cdf-9626-bd13cb3fc822",
"datePublished": "2023-04-25T14:07:46+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Procurement portal and documentation to be accessed at the following link:",
"url": "https://www.londontenders.org/"
},
{
"id": "3",
"description": "Find a Tender Service Contract Notice",
"url": "https://www.find-tender.service.gov.uk/Notice/011824-2023"
}
]
},
"parties": [
{
"id": "GB-CFS-243803",
"name": "London Borough of Enfield",
"identifier": {
"legalName": "London Borough of Enfield"
},
"address": {
"streetAddress": "B Block South, Civic Centre",
"locality": "Enfield",
"postalCode": "EN1 3ES",
"countryName": "England"
},
"contactPoint": {
"name": "Matthew Jones, Procurement Services",
"email": "procurement.support@enfield.gov.uk"
},
"details": {
"url": "http://www.enfield.gov.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-243803",
"name": "London Borough of Enfield"
}
}