Tender

Provision of Enfield Holiday Activities and Food Programme (HAF) - Reference: DN631293

LONDON BOROUGH OF ENFIELD

This public procurement record has 1 release in its history.

Tender

25 Apr 2023 at 13:07

Summary of the contracting process

The London Borough of Enfield has initiated a tender process for the Provision of Enfield Holiday Activities and Food Programme, aimed at providing a variety of opportunities for eligible children and young people in the local area. The programme will run during school holidays, including Easter, Summer, and Winter, for a total of 6 weeks. The procurement includes two Lots: universal provision and specialist provision for those with special educational needs and disabilities. The Framework Agreement will last initially for 2 years, with a possibility of extension up to two more years.

This tender presents an opportunity for businesses to offer services catering to the needs of school-aged children eligible for free school meals in Enfield. Small and medium-sized enterprises, as well as voluntary, community, and social enterprises, are particularly well-suited to compete for this contract. Interested suppliers must register on the London Tenders Portal and submit their tender before the deadline on June 1st, 2023. The estimated total value of the contract across both Lots is approximately 1,375,000 GBP per year.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}