Tender

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

  • London Borough of Waltham Forest

F02: Contract notice

Notice identifier: 2024/S 000-018548

Procurement identifier (OCID): ocds-h6vhtk-04704e

Published 17 June 2024, 9:14am



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

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).