Notice Information
Notice Title
DYNAMIC PURCHASING VEHICLE FOR THE PROVISION OF A VIOLENCE REDUCTION PROGRAMME 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 the Dynamic Purchasing Vehicle for the Provision of a Violence Reduction Programme in the London Borough of Waltham Forest ("the DPV"). The DPV shall commence on 13th August 2024 and, shall continue up to and including 12th August 2027. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. The DPV is split into the following Lots: - Lot 1: Community Mobilisation A programme of training and coordination to enable local people to engage with serious violence issues in their community. Lot 2: Community Mentoring A programme focused on mentoring young people 15 to 25 in community settings. Training of local community members to act as mentors. Lot 3: Detached and Outreach To undertake intensive work to engage and support young people in hotspot locations. Lot 4: Gender Mainstreaming To facilitate training, capacity building, case consultation and critical review services and embed a gender responsive service delivery across all programme areas. Lot 5: Parents Champion Tackling exclusion in schools and supporting parents and their children through parental peer support, parents network activities to support children and families. Lot 6: Stop and Search Advocacy A programme delivering training to new recruit police officers (and other professionals) to help them understand the impact of stop and search on young people. Providing workshops/assemblies to young people to make them aware of their rights and responsibilities in relation to a stop and search and how to conduct themselves in a safe and constructive manner. Lot 7: Embedded Emergency Department Violence Reduction Workers Provision of a team of support workers in emergency department of Whipps Cross hospital taking referrals where young people present with serious injury or trauma. Reachable moment. Offer support, advocacy, referral to another agency. Lot 8: Reducing Exclusion Through Sport Activities Reducing Exclusion Through Sport Activities - using sport to engage young people and divert from negative activities. Improve school attendance, reduce offending, improve access to education and training. Tenderers can apply for one or any number of lots.
Lot Information
Community Mobilisation
The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 1: Community Mobilisation A programme of training and coordination to enable local people to engage with serious violence issues in their community. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Community MentoringThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 2: Community Mentoring A programme focused on mentoring young people 15 to 25 in community settings. Training of local community members to act as mentors. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Detached and OutreachThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 3: Detached and Outreach To undertake intensive work to engage and support young people in hotspot locations. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Gender MainstreamingThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 4: Gender Mainstreaming To facilitate training, capacity building, case consultation and critical review services and embed a gender responsive service delivery across all programme areas. Tenderers can apply for one or any number of lots. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Parents ChampionThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 5: Parents Champion Tackling exclusion in schools and supporting parents and their children through parental peer support, parents network activities to support children and families. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Stop and Search AdvocacyThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 6: Stop and Search Advocacy A programme delivering training to new recruit police officers (and other professionals) to help them understand the impact of stop and search on young people. Providing workshops/assemblies to young people to make them aware of their rights and responsibilities in relation to a stop and search and how to conduct themselves in a safe and constructive manner. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Embedded Emergency Department Violence Reduction WorkersThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 7: Embedded Emergency Department Violence Reduction Workers Provision of a team of support workers in emergency department of Whipps Cross hospital taking referrals where young people present with serious injury or trauma. Reachable moment. Offer support, advocacy, referral to another agency. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Reducing Exclusion Through Sport ActivitiesThe Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 8: Reducing Exclusion Through Sport Activities Reducing Exclusion Through Sport Activities - using sport to engage young people and divert from negative activities. Improve school attendance, reduce offending, improve access to education and training. Tenderers can apply for one or any number of lots. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04704e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018548-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- 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
85312300 - Guidance and counselling services
85312320 - Counselling services
Notice Value(s)
- Tender Value
- £999,975 £500K-£1M
- Lots Value
- £999,975 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jun 20241 years ago
- Submission Deadline
- 22 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 12 Aug 2024 - 12 Aug 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-04704e-2024-06-17T09:14:41+01:00",
"date": "2024-06-17T09:14:41+01:00",
"ocid": "ocds-h6vhtk-04704e",
"initiationType": "tender",
"tender": {
"id": "DN727307",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DYNAMIC PURCHASING VEHICLE FOR THE PROVISION OF A VIOLENCE REDUCTION PROGRAMME IN THE LONDON BOROUGH OF WALTHAM FOREST",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling 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 the Dynamic Purchasing Vehicle for the Provision of a Violence Reduction Programme in the London Borough of Waltham Forest (\"the DPV\"). The DPV shall commence on 13th August 2024 and, shall continue up to and including 12th August 2027. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. The DPV is split into the following Lots: - Lot 1: Community Mobilisation A programme of training and coordination to enable local people to engage with serious violence issues in their community. Lot 2: Community Mentoring A programme focused on mentoring young people 15 to 25 in community settings. Training of local community members to act as mentors. Lot 3: Detached and Outreach To undertake intensive work to engage and support young people in hotspot locations. Lot 4: Gender Mainstreaming To facilitate training, capacity building, case consultation and critical review services and embed a gender responsive service delivery across all programme areas. Lot 5: Parents Champion Tackling exclusion in schools and supporting parents and their children through parental peer support, parents network activities to support children and families. Lot 6: Stop and Search Advocacy A programme delivering training to new recruit police officers (and other professionals) to help them understand the impact of stop and search on young people. Providing workshops/assemblies to young people to make them aware of their rights and responsibilities in relation to a stop and search and how to conduct themselves in a safe and constructive manner. Lot 7: Embedded Emergency Department Violence Reduction Workers Provision of a team of support workers in emergency department of Whipps Cross hospital taking referrals where young people present with serious injury or trauma. Reachable moment. Offer support, advocacy, referral to another agency. Lot 8: Reducing Exclusion Through Sport Activities Reducing Exclusion Through Sport Activities - using sport to engage young people and divert from negative activities. Improve school attendance, reduce offending, improve access to education and training. Tenderers can apply for one or any number of lots.",
"value": {
"amount": 999975,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Community Mobilisation",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 1: Community Mobilisation A programme of training and coordination to enable local people to engage with serious violence issues in their community. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 93894,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Community Mentoring",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 2: Community Mentoring A programme focused on mentoring young people 15 to 25 in community settings. Training of local community members to act as mentors. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 176058,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Detached and Outreach",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 3: Detached and Outreach To undertake intensive work to engage and support young people in hotspot locations. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 105600,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Gender Mainstreaming",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 4: Gender Mainstreaming To facilitate training, capacity building, case consultation and critical review services and embed a gender responsive service delivery across all programme areas. Tenderers can apply for one or any number of lots. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 105636,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Parents Champion",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 5: Parents Champion Tackling exclusion in schools and supporting parents and their children through parental peer support, parents network activities to support children and families. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 117372,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "6",
"title": "Stop and Search Advocacy",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 6: Stop and Search Advocacy A programme delivering training to new recruit police officers (and other professionals) to help them understand the impact of stop and search on young people. Providing workshops/assemblies to young people to make them aware of their rights and responsibilities in relation to a stop and search and how to conduct themselves in a safe and constructive manner. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 82161,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "7",
"title": "Embedded Emergency Department Violence Reduction Workers",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 7: Embedded Emergency Department Violence Reduction Workers Provision of a team of support workers in emergency department of Whipps Cross hospital taking referrals where young people present with serious injury or trauma. Reachable moment. Offer support, advocacy, referral to another agency. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 248829,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "8",
"title": "Reducing Exclusion Through Sport Activities",
"description": "The Authority is seeking to appoint multiple providers who can deliver good quality, safe, efficient Violence Reduction Programmes. Lot 8: Reducing Exclusion Through Sport Activities Reducing Exclusion Through Sport Activities - using sport to engage young people and divert from negative activities. Improve school attendance, reduce offending, improve access to education and training. Tenderers can apply for one or any number of lots. Dynamic Purchasing Vehicle 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 DPV. 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 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 DPV 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 100% 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 DPV 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 DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV 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 DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV 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. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
},
"value": {
"amount": 70425,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-13T00:00:00+01:00",
"endDate": "2027-08-12T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312320",
"description": "Counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312320",
"description": "Counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85312300",
"description": "Guidance and counselling services"
}
],
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "8"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-22T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-07-22T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-07-22T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "The Contract is being procured in accordance with the Public Contract Regulations 2015. The contracting Authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers 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) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to 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": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-5265",
"name": "High Court of England and Wales Royal Courts of Justice",
"identifier": {
"legalName": "High Court of England and Wales Royal Courts 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"
}