Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.capitalesourcing.com
Buyer's address
one.1) Name and addresses
The Royal Borough of Kensington & Chelsea
Hornton Street
Town Hall, Hornton Street
W8 7NX
Country
United Kingdom
NUTS code
UKI3 - Inner London – West
Internet address(es)
Main address
https://www.capitalesourcing.com
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an integrated pre-birth to five healthy child programme service
Reference number
prj_WCC_18334
two.1.2) Main CPV code
- 85100000 - Health 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 commissioning an Integrated Pre-Birth to Five Healthy Child Programme Service.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
The Royal Borough of Kensington and Chelsea and the City of Westminster.
two.2.4) Description of the procurement
Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an Integrated Pre-Birth to Five Healthy Child Programme Service.
As part of the integrated service we require a new health visiting service will form part of the wider early help pathway in both councils to ensure all practitioners are best equipped to deliver on the national and local commitments for the best start in life.
The newly formed pre- birth to five healthy child programme model will include both universal and targeted services to improve the health and wellbeing of all children, young people and parents.
The overall aim of the service is to support families and all children from every community to be assured, confident and supported in a way that helps them thrive. To ensure all have equal opportunities to enjoy seamless, accessible and joined-up services that support and empower families to learn, develop and be healthy and happy. This means that:
• Our settings, activities and opportunities are accessible for all families.
• Our workforce, leadership and systems are integrated and joined up.
• Messages, language and checks are consistent across the pathway.
• Whole families, however they are made up, benefit from a holistic, inclusive and relational approach.
• Emotional wellbeing and mental health of all families is the priority for the workforce throughout the pathway.
• Children with SEND benefit from targeted support that allows them to develop and live happy and fulfilled lives.
• Communities feel connected and inclusive allowing individuals and groups to support each other.
We plan to integrate the early help and health visiting service, alongside the offer from maternity and wider VCS partners, to join up and modernise the delivery of the mandated Healthy Child Programme for families with low needs. This will include using technology to support a smart service that is responsive to levels of need.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Option for the Contracting Authority at its absolute discretion to extend the period of the contract(s) from five (5) years by a period of up to two (2) years in aggregate.
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
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 abovementioned address. Tenders or requests to participate must be submitted electronically via: www.capitalesourcing.com
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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-004201
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 60 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2021
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
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom