Tender

Family Hubs and Start for Life Programme

  • Portsmouth City Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-010015

Procurement identifier (OCID): ocds-h6vhtk-03bcf2

Published 5 April 2023, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/ext/business/business.aspx

Buyer's address

https://www.portsmouth.gov.uk/ext/business/business.aspx

one.3) Communication

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

https://intendhost.co.uk/portsmouthcc/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://intendhost.co.uk/portsmouthcc/aspx/home

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

Family Hubs and Start for Life Programme

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified provider(s) to deliver a family hub model and associated services that will assist families with the integrated support they need to care for their children from conception, throughout the early years, and into the start of adulthood. This is to enable parents to establish a firm foundation for their children, from which to meet their full potential in life.

Currently, the Council have individual contracts for the delivery of crucial family orientated services delivered as part of our Family Hub offer. The intention of this tender is to bring together this service offer through either a consortium bid with a lead supplier, or single provider bid. The provider(s) will oversee all Family Hub projects commissioned through this tender, to ensure maximum potential and effectiveness is reached. There are five existing council properties that will be available for the delivery of this contract at no cost. Alongside this, the provider(s) will need to use local community facilities to support the extension of stay and play services in the city.

The provisions will consist of two elements, 'core' and 'extended' which will form a single contract. The funding for these core services is provided by the council, and the extended offer is funded by the Department for Education and the Department of Health and Social Care in relation to the Government grant, consequently, the Council cannot provide certainty as to the long-term funding of the extended offer after the initial two-year Contract term has come to an end.

The contract will have an initial term of two years with the potential to extend for a further three years subject to performance and at the sole option of the Council.

The total value of the contract, inclusive of both core and extended services, for the initial 24-month contract period is £1,259,696. In the event that extension opportunities are taken up for both elements the contract value could increase to IRO £3,500,000. This value has been calculated based on the value of both elements in the initial term remaining the same for the extended period plus an allowance for inflationary increases.

Though there is the possibility that funding may increase or decrease during the duration of the Contract terms, this is currently unknown and is dependent on external factors such as future government grants. If funding for the extended offer is removed by the end of the two-year period, the provider will continue to offer the core services. The level of the core service in each area of the specification will be dependent on the most progressive service arrangements in years 1 and 2, along with parental needs.

The services covered under the contract are health and social work services and fall under the 'light touch regime'. The Council will execute this procurement process in general accordance with the Open Procedure as set out within the Public Contract Regulations (2015).

The procurement process will be undertaken in line with the following programme:

- Issue FTS Contract Notice - 5th April 2023

- Issue Invitation to Tender - 5th April 2023

- ITT return deadline - 22nd May 2023 at 14:00

- Standstill period - 20th June 2023 - 29th June 2023

- Contract award - 30th June 2023

- Service Commencement - To be confirmed (in accordance with the winning bid)

It is the intention of the Council that our new service offer will be operational from (or as close to) July 2023, depending on TUPE and mobilisation requirements of the winning bid.

Application is via completed tender submission by the deadline stated above via the Council's e-sourcing system InTend which will be used to administrate the procurement process, the system can be accessed free of charge via the web link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312300 - Guidance and counselling services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85322000 - Community action programme
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

In August 2022 the Government published its plans for investment in and development of 0-19 Family Hubs and The Start for Life Programme. The programme's objective is to join up and enhance services delivered through family hubs in local authority areas, ensuring all parents and carers can access the support they need when they need it.

This project is to ensure effective implementation of the services involved in relation to the voluntary and community sector delivery of services as part of the Family Hub Transformation Programme, using the grant funding we've been awarded from the DfE.

Through the services provided by the winning bidder, parents and carers should feel supported and empowered in caring for and nurturing their babies and children, ensuring they receive the best start in life. This in turn will improve health and education outcomes for babies and children and enable them to thrive in later life.

The Provider will ensure the following is evident is each area of their work:

a) Fully inclusive services, which seek to meet the individual needs of children and their families. This will include recognition of physical and neurodevelopmental needs, along with protected characteristics.

b) A relational and restorative approach to all work with families.

c) Use of the Portsmouth Family Support Plan as the standards tool.

d) Use of the Portsmouth Neurodiversity (ND) Profiling Tool where appropriate and follow the new ND pathway for all children and young people.

e) Promote and use where appropriate the developing digital offer with families.

f) Provision of a quarterly performance report of the work undertaken to evidence improved outcomes for children and families.

g) Provide evidence for eligible 'Supporting Families' claims, which demonstrates change and supports the 'Payment by Results' procedures.

h) Report any concerns for children and families at risk to Health, the Lead Professional or appropriate body in a timely way.

This work will be underpinned by additional practitioners with ambitious plans around perinatal mental health, midwifery support, health visiting, infant feeding, and partners in the wider early help system. This is different to existing provision as training and networking opportunities for partners in the wider early help system are limited and are not always able to ensure a strategic partnership approach to city wide challenges. New services such as the tongue tie assessment and action service and perinatal mental health universal evidence-based pathway programmes will be in place for families to access via a self-service booking system.

The Core and extended services will consist of the following:

The core services:

• A proportion of universal Stay and Play Groups

• A proportion of the targeted outreach

• The Parent Engagement offer

• 'Core' infant feeding offer

• Volunteer recruitment (aligned with the demands of the core offer)

The Extended services:

• An extension to the universal Stay and Play offer

• A targeted nurture group offer

• An extension to the targeted outreach

• PNMH, PEEP and MECC Training and development for the workforce

• Family Hub Champion roles

• 'Extended' infant feeding offer - nurture groups, parent course session delivery

• Volunteer recruitment (aligned with the demands of the extended offer)

Properties

There are five existing council properties that will be available for the delivery of this contract at no cost

• Milton Park Family Hub (PO4 8EU)

• Somerstown Family Hub (PO5 4LP)

• Buckland Family Hub (PO1 4PN)

• Northern Parade Family Hub (PO2 9NE)

• Paulsgrove Family Hub (PO6 3PL)

Accommodation will be offered within these premises on a weekly basis and within standard working hours where possible. It is expected that services will be structured accordingly to take place around other the other provisions taking place within the hub provided by separate charities and organisations and separate to the provisions involved within this Contractual arrangement.

To allow the services involved to be delivered effectively due to volume and nature, it is anticipated that core services will be primarily situated in the family hubs, and that the extended offer is to be delivered in additional premises which will be sourced by the provider with any additional costs accounted for in bidders cost breakdown as part of the Contracted costs.

It is the sole responsibility of the provider to ensure that that any additional sourced properties used to deliver the services, such as community halls are suitably aligned with the relevant health and safety standards such as the standard building regulations. There should be no requirements for leases or licenses, however it is anticipated that there will be appropriate standard hire agreement to be put in place between Contractor and the sourced property provider(s) for the extended offer.

two.2.6) Estimated value

Value excluding VAT: £3,500,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

60


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

22 May 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

The contract value may increase or decrease throughout the contract term subject to any known or unknown changes to budget allocation, variation of services, or addition of further associated services in order to meet changes in demand or service delivery in accordance with Regulations 72 1) a) to e) of the Public Contracts Regulations (2015).

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom