Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
London Borough of Waltham Forest
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
UK
Person cyswllt: Mr Stephen Potter
Ffôn: +44 7741077216
E-bost: Stephen.Potter@walthamforest.gov.uk
NUTS: UKI53
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.walthamforest.gov.uk/
Cyfeiriad proffil y prynwr: https://www.walthamforest.gov.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://procontract.due-north.com
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework Agreement for Deprivation of Liberty Safeguards Assessments in the London Borough of Waltham Forest
Cyfeirnod: DN721007
II.1.2) Prif god CPV
85140000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 900 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85323000
85312400
II.2.3) Man cyflawni
Cod NUTS:
UKI53
II.2.4) Disgrifiad o’r caffaeliad
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
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 65
Price
/ Pwysoliad:
35
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 900 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/08/2024
Diwedd:
31/07/2027
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 3
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd:
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
10/06/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
10/06/2024
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales Royal Court of Justice
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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).
VI.5) Dyddiad anfon yr hysbysiad hwn
09/05/2024