Published date: 10 November 2021

This notice was replaced on 10 August 2022

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 10 August 2022)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Provision of services to the community - 75200000

Location of contract

London

Value of contract

£474,250

Procurement reference

PRJ 1056

Published date

10 November 2021

Closing date

15 December 2021

Closing time

12pm

Contract start date

1 April 2022

Contract end date

31 March 2025

Contract type

Service contract

Procedure type

Open procedure (below threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

NHS South East London CCG is seeking to identify a suitable provider to support the Project Smith Community Development Programme in Lambeth for empowerment of residents leading to improved health and well-being.
The provider will ensure the delivery of the Programme including facilitation and support, advice and expertise to the different partner agencies, commissioners and other stakeholders. The provider will also support and participate in the delivery of the Community Connector training and development.

This opportunity is a below-threshold contract and in line with PPN 11/20 the CCG intends to reserve participation in this procurement to the following categories of suppliers:
- Small and Medium sized Enterprises (SMEs) / Voluntary, Community and Social Enterprises (VCSEs) - this means only SMEs and VCSEs are eligible to bid.
-Suppliers with the experience of delivering in a diverse metropolitan area such as South East London.


The value of this contract is £94,850 per year, initially for 36 months plus further 24 months. This means that £474,250 is the estimated contract value for five years.

NEL is supporting the CCG in managing this procurement process and will be using the ProContract portal (link below). Interested organisations should ensure they register an account on the and access the procurement documentation via the portal.
Interested Bidders must access the Request for Quote (RfQ) documentation via the link provided and submit their bid response by completing the questionnaire template and submitting a completed copy on the e-Tendering portal 'ProContract' before the submission deadline stipulated. See the procurement documentation (RfQ Document 1 - Guidance Document) for more details, available for download via the portal.

All completed bids must be submitted by 12.00 noon on 15 December 2021 via the electronic tender portal (link below) - any changes to tender submission timelines will be communicated to interested providers via the tender portal. The RfQ reference for this procurement is PRJ1056.

Link to portal: https://procontract.due-north.com/Advert?advertId=4bd07160-943d-ec11-810e-005056b64545&p=ad706dc1-5684-e511-80f3-000c29c9ba21


Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential service providers. In such circumstances, and in any event, NEL shall not be liable for any costs or loss of expenses whatsoever incurred by the respondent and company, agent, subsidiary or organisation may have contributed to any response submitted to this notice.


More information

Links

Additional text

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Regulations, nor the description of the procedure voluntarily adopted by the Authority nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.