Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DYNAMIC PURCHASING VEHICLE FOR THE PROVISION OF A VIOLENCE REDUCTION PROGRAMME IN THE LONDON BOROUGH OF WALTHAM FOREST

  • First published: 18 June 2024
  • Last modified: 18 June 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04704e
Published by:
London Borough of Waltham Forest
Authority ID:
AA24348
Publication date:
18 June 2024
Deadline date:
22 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Waltham Forest

Waltham Forest Town Hall, 701 Forest Road

Walthamstow

E17 4JF

UK

Contact person: Mr Stephen Potter

Telephone: +44 7741077216

E-mail: Stephen.Potter@walthamforest.gov.uk

NUTS: UKI53

Internet address(es)

Main address: https://www.walthamforest.gov.uk/

Address of the buyer profile: https://www.walthamforest.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DYNAMIC PURCHASING VEHICLE FOR THE PROVISION OF A VIOLENCE REDUCTION PROGRAMME IN THE LONDON BOROUGH OF WALTHAM FOREST

Reference number: DN727307

II.1.2) Main CPV code

85312300

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 999 975.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Community Mobilisation

II.2.2) Additional CPV code(s)

85312320

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 93 894.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Community Mentoring

II.2.2) Additional CPV code(s)

85312320

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 176 058.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Detached and Outreach

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 105 600.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Gender Mainstreaming

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 105 636.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Parents Champion

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 117 372.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Stop and Search Advocacy

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 82 161.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Embedded Emergency Department Violence Reduction Workers

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 248 829.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Reducing Exclusion Through Sport Activities

II.2.2) Additional CPV code(s)

85312300

II.2.3) Place of performance

NUTS code:

UKI53

II.2.4) Description of the procurement

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 £25,000 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 £25,000 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.6) Estimated value

Value excluding VAT: 70 425.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 13/08/2024

End: 12/08/2027

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/07/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 22/07/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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).

VI.5) Date of dispatch of this notice

17/06/2024

Coding

Commodity categories

ID Title Parent category
85312320 Counselling services Social work services without accommodation
85312300 Guidance and counselling services Social work services without accommodation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Stephen.Potter@walthamforest.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.