Tender

Framework Agreement for Deprivation of Liberty Safeguards Assessments in the London Borough of Waltham Forest

  • London Borough of Waltham Forest

F02: Contract notice

Notice identifier: 2024/S 000-014827

Procurement identifier (OCID): ocds-h6vhtk-045850

Published 9 May 2024, 2:11pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Waltham Forest

Waltham Forest Town Hall, 701 Forest Road

Walthamstow

E17 4JF

Contact

Mr Stephen Potter

Email

Stephen.Potter@walthamforest.gov.uk

Telephone

+44 7741077216

Country

United Kingdom

Region code

UKI53 - Redbridge and Waltham Forest

Internet address(es)

Main address

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

Buyer's address

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

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for Deprivation of Liberty Safeguards Assessments in the London Borough of Waltham Forest

Reference number

DN721007

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.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 appointment to the Framework Agreement for Deprivation of Liberty Safeguards (“DoLS”) Assessments in the London Borough of Waltham Forest (“the Framework”).

The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty.

The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027.

The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services
  • 85312400 - Welfare services not delivered through residential institutions

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

The Deprivation of Liberty Safeguards is a legal framework for legitimately limiting the freedom of individuals who lack the requisite mental capacity to make independent decisions about their lives, specifically in the context of their health and care requirements. These safeguards only apply to those adults (people aged 18 or older) in receipt of care in hospitals or care homes who are subject to constraints on their liberty.

The Framework shall commence on 1st August 2024 and, shall continue up to and including 31st July 2027.

The Authority is seeking to appoint a maximum of three (3) providers who can deliver a good quality and efficient DoLS assessment service.

Framework Agreement Evaluation Criteria:

Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of the nature covered by the Framework. Also, as a pre-condition to their Tenders being evaluated, organisations will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.

The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold for the Contract:

For organisations with an annual turnover of £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 the Appendix 3: SQ Explanatory Document that forms part of the Invitation to Tender documentation.

The Authority retains discretion to exclude any organisation that fails to meet this standard.

Subject to satisfying the requirements of the Selection Questionnaire, appointment to the Framework shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: -

• Quality 65%

• Price 35%

A full breakdown of the Evaluation Criteria is contained in the Tender Documents.

Award of Call-Off Contracts:

Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of services, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents the Specification and the Conditions of Contract.

Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £900,000

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

Start date

1 August 2024

End date

31 July 2027

This contract is subject to renewal

No

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

10 June 2024

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

10 June 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum ten (10) day standstill period at the

point information on the award of the contract is notified to tenderer's. This period allows

unsuccessful tenderer's to seek further de-briefing from the contracting authority before the

contract is entered into. Additional information should be requested from the contact in

Section 1.1 if an appeal regarding the award of contract has not been successfully resolved.

The Public Contracts Regulations 2015 (S1 2015 no 102) provides for aggrieved parties who

are harmed or at risk of harm by a breach of the rules take action in the High Court (England and Wales).