Services to Support the Deprivation of Liberty Safeguards
The London Borough of Bromley invites suitably qualified professionals who can directly deliver the Service to tender for the Services to Support the Deprivation of Liberty Safeguards Framework Agreement.
United Kingdom-Bromley: Health and social work services
2016/S 155-280439
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Stockwell Close
Bromley
BR1 3UH
United Kingdom
E-mail: echs.contractsteam@bromley.gov.uk
NUTS code: UKJ4
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Services to Support the Deprivation of Liberty Safeguards (DoLS).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Bromley (the Council) invites suitably qualified professionals who can directly deliver the Service to tender for the Services to Support the Deprivation of Liberty Safeguards Framework Agreement as detailed in the Tender Documents for:
— Lot 1 Mental Health Assessors;
— Lot 2 Independent Best Interest Assessors.
The tender opportunity will be run electronically through the London Tenders Portal and suppliers will need to register their company with the portal as soon as possible (if they have not already done so) at: www.londontenders.org to ensure they are able to access and submit the relevant documents online. Contractors reading this on Contracts Finder should ensure they read the full OJEU Notice on Tenders Electronic Daily or via the link on the Contracts Finder Notice to see the full scope of this procurement and instructions on how to participate.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mental Health Assessors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kent.
II.2.4)Description of the procurement:
The Deprivation of Liberty Safeguards (DoLS) was introduced as an amendment to the Mental Capacity Act 2005 to provide a legal framework around the deprivation of liberty. These apply to people in hospitals and care homes and later to people subject to other care regimes in other environments, who lack the capacity to consent to the arrangements made for their care or treatment and who need to be deprived of their liberty, within the meaning of Article 5 of the European Convention on Human Rights, in their own best interests and to protect them from harm.
The Council is the supervisory body responsible for considering requests to deprive any person ordinarily resident in the London Borough of Bromley of their liberty. As a supervisory body, the Council is responsible for commissioning the assessments required to determine whether there is a need for authorisation, as well as authorising the deprivation of liberty if appropriate.
During the term of the Framework Agreement, the Council will undertake an annual review of the Framework and reserves the right to add new suitably qualified professionals if required by approaching the market through ProContract to the extent permitted by the regulations.
During the term of the Framework Agreement the Council may also choose to add additional services to the Framework if required by approaching the market through ProContract to the extent permitted by the regulations.
Part of the assessment process must be undertaken by a Mental Health Assessor to confirm that the individual meets the criteria to be deprived of their liberty. ‘Mental Health Assessor’ is a term under the Mental Capacity Act 2005 to describe a clinician who has met specific criteria relating to training and experience, and who has subsequently been approved by a regional approval board.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Independent Best Interest Assessors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kent.
II.2.4)Description of the procurement:
The Deprivation of Liberty Safeguards (DoLS) was introduced as an amendment to the Mental Capacity Act 2005 to provide a legal framework around the deprivation of liberty. These apply to people in hospitals and care homes and later to people subject to other care regimes in other environments, who lack the capacity to consent to the arrangements made for their care or treatment and who need to be deprived of their liberty, within the meaning of Article 5 of the European Convention on Human Rights, in their own best interests and to protect them from harm.
The Council is the supervisory body responsible for considering requests to deprive any person ordinarily resident in the London Borough of Bromley of their liberty. As a supervisory body, the Council is responsible for commissioning the assessments required to determine whether there is a need for authorisation, as well as authorising the deprivation of liberty if appropriate.
During the term of the Framework Agreement, the Council will undertake an annual review of the Framework and reserves the right to add new suitably qualified professionals if required by approaching the market through ProContract to the extent permitted by the regulations.
During the term of the Framework Agreement the Council may also choose to add additional services to the Framework if required by approaching the market through ProContract to the extent permitted by the regulations.
Part of the assessment process must be undertaken by a Best Interest Assessor (BIA) to confirm that the individual meets the criteria to be deprived of their liberty. ‘Independent Best Interest Assessor (BIA)’ is a term under the Mental Capacity Act to describe a practitioner who has met specific criteria relating to training and experience, and who has subsequently been approved.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
Time reduction in-line with paragraphs 76,4 and 76,5 (a and b) of the Procurement Contract Regulations (2015) modified time frame as provided for in Section 7 for Social and Other Services.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
As required to ensure service provision.
VI.2)Information about electronic workflows
VI.3)Additional information:
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council’s Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues, etc. will also include the operation of minimum score thresholds. If the Tenderer’s proposal receives a score below the required threshold then the bid may not be considered further (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
An indicative use of this model can be downloaded from the Council’s website at:http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
The Council will also evaluate Tenders based on the information submitted in Clause 9 of the Invitation to Tender document which requires evidence to demonstrate professional capacity to undertake the required service.
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) as well as the London Borough of Croydon. In addition to the partner organisation and bodies identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
The contract falls into the Light Touch (Social and Other Specific Services — Section 7 — 74-76 PCR 2015) and will be placed in compliance with the arrangements identified in the regulations.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=213862462
GO Reference: GO-201689-PRO-8605471.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
The Strand, Holborn
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder’s size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must 1st be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor’s Department and is not routinely given.
VI.4.4)Service from which information about the review procedure may be obtained
The Strand, Holborn
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Provide Legal Services Across London
Employment Law Support Contract
Provide Legal Services to Herefordshire Council
Tender to Provide Debt and Legal Services Across Scotland and England