Notice Information
Notice Title
Framework Agreement for Deprivation of Liberty Safeguards Assessments in the London Borough of Waltham Forest
Notice Description
The Council of the London Borough of Waltham Forest ("the Authority") is seeking Tenders from suitably experienced and qualified organisations for appointment to the Framework Agreement for Deprivation of Liberty Safeguards ("DoLS") Assessments in the London Borough of Waltham Forest ("the Framework"). The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty. The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027. The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service.
Lot Information
Lot 1
The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty. The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027. The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service. Framework Agreement Evaluation Criteria: Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of the nature covered by the Framework. Also, as a pre-condition to their Tenders being evaluated, organisations will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold for the Contract: For organisations with an annual turnover of PS25,000 or less a statement of cashflow forecast for the current year will be required. In addition, a letter will need to be provided from the bank outlining the current cash and credit position of the organisation. All organisations with an annual turnover above PS25,000 will be financially assessed as described in the Appendix 3: SQ Explanatory Document that forms part of the Invitation to Tender documentation. The Authority retains discretion to exclude any organisation that fails to meet this standard. Subject to satisfying the requirements of the Selection Questionnaire, appointment to the Framework shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: - * Quality 65% * Price 35% A full breakdown of the Evaluation Criteria is contained in the Tender Documents. Award of Call-Off Contracts: Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of services, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents the Specification and the Conditions of Contract. Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-045850
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014827-2024
- 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
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85140000 - Miscellaneous health services
85312400 - Welfare services not delivered through residential institutions
85323000 - Community health services
Notice Value(s)
- Tender Value
- £900,000 £500K-£1M
- Lots Value
- £900,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 May 20241 years ago
- Submission Deadline
- 10 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2024 - 31 Jul 2027 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF WALTHAM FOREST
- Contact Name
- Mr Stephen Potter
- Contact Email
- stephen.potter@walthamforest.gov.uk
- Contact Phone
- +44 7741077216
Buyer Location
- Locality
- WALTHAMSTOW
- Postcode
- E17 4JF
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI53 Redbridge and Waltham Forest
- Delivery Location
- TLI53 Redbridge and Waltham Forest
-
- Local Authority
- Waltham Forest
- Electoral Ward
- Chapel End
- Westminster Constituency
- Walthamstow
Further Information
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-h6vhtk-045850-2024-05-09T14:11:13+01:00",
"date": "2024-05-09T14:11:13+01:00",
"ocid": "ocds-h6vhtk-045850",
"initiationType": "tender",
"tender": {
"id": "DN721007",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework Agreement for Deprivation of Liberty Safeguards Assessments in the London Borough of Waltham Forest",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
},
"mainProcurementCategory": "services",
"description": "The Council of the London Borough of Waltham Forest (\"the Authority\") is seeking Tenders from suitably experienced and qualified organisations for appointment to the Framework Agreement for Deprivation of Liberty Safeguards (\"DoLS\") Assessments in the London Borough of Waltham Forest (\"the Framework\"). The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty. The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027. The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service.",
"value": {
"amount": 900000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty. The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027. The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service. Framework Agreement Evaluation Criteria: Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of the nature covered by the Framework. Also, as a pre-condition to their Tenders being evaluated, organisations will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold for the Contract: For organisations with an annual turnover of PS25,000 or less a statement of cashflow forecast for the current year will be required. In addition, a letter will need to be provided from the bank outlining the current cash and credit position of the organisation. All organisations with an annual turnover above PS25,000 will be financially assessed as described in the Appendix 3: SQ Explanatory Document that forms part of the Invitation to Tender documentation. The Authority retains discretion to exclude any organisation that fails to meet this standard. Subject to satisfying the requirements of the Selection Questionnaire, appointment to the Framework shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: - * Quality 65% * Price 35% A full breakdown of the Evaluation Criteria is contained in the Tender Documents. Award of Call-Off Contracts: Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of services, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents the Specification and the Conditions of Contract. Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65"
},
{
"type": "price",
"description": "35"
}
]
},
"value": {
"amount": 900000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-01T00:00:00+01:00",
"endDate": "2027-07-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85323000",
"description": "Community health services"
},
{
"scheme": "CPV",
"id": "85312400",
"description": "Welfare services not delivered through residential institutions"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-06-10T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-06-10T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-06-10T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "The contracting authority will incorporate a minimum ten (10) day standstill period at the point information on the award of the contract is notified to tenderer's. This period allows unsuccessful tenderer's to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1 if an appeal regarding the award of contract has not been successfully resolved. The Public Contracts Regulations 2015 (S1 2015 no 102) provides for aggrieved parties who are harmed or at risk of harm by a breach of the rules take action in the High Court (England and Wales)."
},
"parties": [
{
"id": "GB-FTS-11272",
"name": "London Borough of Waltham Forest",
"identifier": {
"legalName": "London Borough of Waltham Forest"
},
"address": {
"streetAddress": "Waltham Forest Town Hall, 701 Forest Road",
"locality": "Walthamstow",
"region": "UKI53",
"postalCode": "E17 4JF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Stephen Potter",
"telephone": "+44 7741077216",
"email": "Stephen.Potter@walthamforest.gov.uk",
"url": "https://procontract.due-north.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.walthamforest.gov.uk/",
"buyerProfile": "https://www.walthamforest.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-22971",
"name": "High Court of England and Wales Royal Court of Justice",
"identifier": {
"legalName": "High Court of England and Wales Royal Court of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-11272",
"name": "London Borough of Waltham Forest"
},
"language": "en"
}