Tender

Speech and Language Therapy Education Services

  • Westminster City Council
  • Royal Borough of Kensington & Chelsea

F02: Contract notice

Notice identifier: 2023/S 000-006162

Procurement identifier (OCID): ocds-h6vhtk-03ad9c

Published 2 March 2023, 1:08pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Contact

tenders@westminster.gov.uk

Email

tenders@westminster.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.westminster.gov.uk

one.1) Name and addresses

Royal Borough of Kensington & Chelsea

Kensington Town Hall, Hornton Street

London

WC2N 5HR

Email

tenders@westminster.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.rbkc.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Speech and Language Therapy Education Services

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Westminster City Council and the Royal Borough of Kensington and Chelsea are embarking on the recommissioning of the Speech & Language Therapy Education service (age 4/5 - 19+).

Working in close partnership with North West London Integrated Care Board as commissioners of the 0-5 service, we are committed to building excellent whole-system pathways to support children at the non-statutory stages (early intervention), and to providing high-quality therapy to those with Education, Health and Care Plans.

The contract will consist of a two part specification for services:

Part 1 – the statutory service and the core universal and targeted offer

Part 2 – an extended, strengthened delivery model for the targeted offer subject to availability of funding

Part 1 will be expected to go live from the contract start date.

Part 2 may be implemented at a later stage (subject to funding) at the sole discretion of the bi-Borough with a 3 month notice period.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80340000 - Special education services
  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKI - London
Main site or place of performance

The City of Westminster & The Royal Borough of Kensington & Chelsea

two.2.4) Description of the procurement

Westminster City Council and the Royal Borough of Kensington and Chelsea are embarking on the recommissioning of the Speech & Language Therapy Education service (age 4/5 - 19+). The contract will consist of a two part specification for services:

Part 1 – the statutory service and the core universal and targeted offer

Part 2 – an extended, strengthened delivery model for the targeted offer subject to availability of funding

Part 1 will be expected to go live from the contract start date.

Part 2 may be implemented at a later stage (subject to funding) at the sole discretion of the bi-Borough with a 3 month notice period.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Start date

1 September 2023

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the term by a period of up to 2 additional years.

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.2.14) Additional information

capitalEsourcing reference: itt_WCC_16732 - Speech and Language Therapy Education Services


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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As set out in procurement documents

three.2.2) Contract performance conditions

As set out in 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: No

four.2) Administrative information

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

Date

3 April 2023

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

3 April 2023

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority reserves the right to terminate the process at any time prior to the award of contracts.

The Contracting Authority does not bind itself to accept any tender received and reserves the right to call for new tenders should it be considered necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of the information requested in this contract notice, or the completion or submission of any tender.

The Contracting Authority is procuring on behalf of itself an the Royal Borough of Kensington & Chelsea.

Organisations interested in this opportunity should note the deadline for receipt of bidder clarification requests is 12:00 on 24th March 2023.

six.4) Procedures for review

six.4.1) Review body

Westminster City Council

64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

Internet address

www.westminster.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Royal Courts of Justice Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations 2015 the Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point of information on the award decision is communicated to tenderers.

Any action must be brought within the applicable limitation period. The purpose of the standstill period referred to above is to allow an economic operator to apply to the Court to set aside the award decision before the agreement is entered into.