- Scope of the procurement
- Lot 1. Community Mobilisation
- Lot 2. Community Mentoring
- Lot 3. Detached and Outreach
- Lot 4. Gender Mainstreaming
- Lot 5. Parents Champion
- Lot 6. Stop and Search Advocacy
- Lot 7. Embedded Emergency Department Violence Reduction Workers
- Lot 8. Reducing Exclusion Through Sport Activities
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
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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DYNAMIC PURCHASING VEHICLE FOR THE PROVISION OF A VIOLENCE REDUCTION PROGRAMME IN THE LONDON BOROUGH OF WALTHAM FOREST
Reference number
DN727307
two.1.2) Main CPV code
- 85312300 - Guidance and counselling 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 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.
two.1.5) Estimated total value
Value excluding VAT: £999,975
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Community Mobilisation
Lot No
1
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £93,894
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Community Mentoring
Lot No
2
two.2.2) Additional CPV code(s)
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £176,058
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Detached and Outreach
Lot No
3
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £105,600
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Gender Mainstreaming
Lot No
4
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £105,636
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Parents Champion
Lot No
5
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £117,372
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Stop and Search Advocacy
Lot No
6
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £82,161
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Embedded Emergency Department Violence Reduction Workers
Lot No
7
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £248,829
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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
two.2) Description
two.2.1) Title
Reducing Exclusion Through Sport Activities
Lot No
8
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £70,425
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 August 2024
End date
12 August 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.1.8) 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
22 July 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
22 July 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 Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.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).