Tender

WP3714 - Advocacy Services

  • Walsall Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-011083

Procurement identifier (OCID): ocds-h6vhtk-0331e8

Published 29 April 2022, 10:52am



Section one: Contracting authority

one.1) Name and addresses

Walsall Metropolitan Borough Council

Civic centre, Darwall Street

Walsall

WS1 1TP

Contact

Julie Jones

Email

procurement@walsall.gov.uk

Country

United Kingdom

NUTS code

UKG38 - Walsall

Internet address(es)

Main address

www.walsall.gov.uk

Buyer's address

https://in-tendhost.co.uk/walsallcouncil

one.3) Communication

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

https://in-tendhost.co.uk/walsallcouncil

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/walsallcouncil

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WP3714 - Advocacy Services

Reference number

WP3714

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wishes to procure a provider to deliver Advocacy Services: Independent Care Act Advocacy, IMHA, ICAS and IMCA to support the Council to fulfil its duty with regard to the provision of Independent Statutory Advocacy. The service is for eligible people who have been judged to have substantial difficulty or lack the capacity to engage with processes relating to their care, health and support services, or in deprivation of liberty situations, and do not have an appropriate individual (i.e. family member) to represent them. The tender consolidates several Independent Advocacy Service requirements into two Specifications to cover the following: Specification 1Service 1 - Independent Care Act Advocacy to comply with the Care Act 2014Service 2 - Independent Mental Health Advocacy (IMHA) to comply with the Mental Health Act 1983(as amended by the Mental Health Act 2007)Service 3 - Independent Complaints Advocacy (ICAS) to comply with the NHS and Social Care Act 2012Spec

two.1.5) Estimated total value

Value excluding VAT: £1,218,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services
  • 85312300 - Guidance and counselling services

two.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

Walsall

two.2.4) Description of the procurement

The Council wishes to procure a provider to deliver Advocacy Services: Independent Care Act Advocacy, IMHA, ICAS and IMCA to support the Council to fulfil its duty with regard to the provision of Independent Statutory Advocacy. The service is for eligible people who have been judged to have substantial difficulty or lack the capacity to engage with processes relating to their care, health and support services, or in deprivation of liberty situations, and do not have an appropriate individual (i.e. family member) to represent them. The tender consolidates several Independent Advocacy Service requirements into two Specifications to cover the following: Specification 1Service 1 - Independent Care Act Advocacy to comply with the Care Act 2014Service 2 - Independent Mental Health Advocacy (IMHA) to comply with the Mental Health Act 1983(as amended by the Mental Health Act 2007)Service 3 - Independent Complaints Advocacy (ICAS) to comply with the NHS and Social Care Act 2012Specification 2Service 4 - Independent Mental Capacity Advocacy (IMCA) including Deprivation of Liberty Safeguards Advocacy (IMCA DoLS), and Relevant Paid Persons Representative Service to comply with the Mental Capacity Act 2005 and the Mental Capacity Amendment Act 2019

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,218,000

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

Start date

1 October 2022

End date

30 September 2024

This contract is subject to renewal

Yes

Description of renewals

4 x up to 12 months up to 30th September 2028

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

30 May 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

30 May 2022

Local time

12:00pm

Place

Walsall


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncilThe Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions.The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.This is a voluntary contract notice.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

WMBC will incorporate a minimum 10 calendar daystandstill period at the point information on entering into the agreement is published. Such additional informationshould be requested from the addressee found in I.1). If an appeal regarding entering into the agreement hasnot been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrievedparties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be brought promptly (within 30 days beginningwith the date when the economic operator first knew or ought to have known that grounds for such action hadarisen). Where the agreement has not been entered into the court may order the setting aside of the decisionto enter into the agreement or order WMBC to amend any document and may award damages. Following thecorrect implementation of a 10 day standstill period and publication of appropriate notices the court may onlyaward damages once the agreement has been entered into.