Section one: Contracting authority
one.1) Name and addresses
Tower Hamlets
New Town Hall, 160 Whitechapel Road London
London
E1 1BJ
Contact
Ms Shelley Wood
shelley.wood@towerhamlets.gov.uk
Telephone
+44 244778066
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
http://www.towerhamlets.gov.uk
Buyer's address
http://www.towerhamlets.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm&Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm&Login
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
HAC5997 Children & Young People’s Health & Wellbeing Service
Reference number
DN737471
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
London Borough of Tower Hamlets (Tower Hamlets) is looking to procure a suitable provider to deliver Children & Young People’s Health & Wellbeing Service. The contract will be for an initial term of 3 years with optional extensions of a maximum further 4 years. The extensions will consist of 2 years each.
The estimated value of the total 7 year term is £16,800,000.
two.1.5) Estimated total value
Value excluding VAT: £16,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
It is anticipated that there may be overheads cost savings should both services be provided by a single provider, however, the Council need confidence that a single specialist provider is capable of delivery quality across both elements.
Only Lots 1 and 2 or Lot 3 will be awarded, not both. The procurement process, and resulting scores, as set out in this ITT will be used to determine whether Lots 1 and 2 or Lot 3 should be awarded.
Please note, Bidders can tender for all Lots, however, only Lot 1 and Lot 2 or Lot 3 will be awarded. Under no circumstances will all three Lots be awarded
two.2) Description
two.2.1) Title
Enhanced Public Health Nursing Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Tower Hamlets are seeking expressions of interest from suitably skilled and experienced suppliers to deliver the services required by this contract:
• Primary-school aged children (5-11 years), whether in full time education at a mainstream school or educated other than at school. 4-year-olds attending schools in Reception year will also be eligible for this element
• 11-19 year olds and in full time education at a mainstream school, educated other than at school or not in Education, Employment, or Training (NEET), and up to 25 years for young people with SEND or care experience.
5-11 years: The service offer will be similar to the existing school health service, whereby school nurses lead a skill-mix workforce to deliver the Healthy Child Programme. Activities include school-entry health assessments, hearing and vision screening, height- and weight-assessments in Reception and Year 6, support for schools in managing medical conditions and training.
11-19 years: This service offer merges the current school nursing provision for secondary schools with the current ‘Safe East’ provision. The service will be community-based (for example in youth services) with in-reach into secondary schools, providing different ways for young people to access health support: in schools, community settings, and through text messaging and online provision.
This service element will support schools to develop support plans for children with health conditions, health needs assessments for new starters and training; plus health promotion workshops, brief interventions, C-card condom scheme, You’re Welcome accreditation for young people-friendly settings, Tier 2 and some Tier 3 sexual health services, Tier 2 and 3 substance misuse treatment and smoking cessation support. Dedicated support for children in the youth justice service will also continue
The successful provider will enter into contract with Tower Hamlets utilising their standard T&Cs (included in tender pack) for an initial term of 3 years, with a maximum optional extension of 4 years.
Tower Hamlets are following the Open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation
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: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
the Authority reserves the right to extend the Contract on the same terms for two further periods of two years, making a total possible Contract Period of seven years
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) Description
two.2.1) Title
Enabling Community Health Outcomes
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Tower Hamlets are seeking expressions of interest from suitably skilled and experienced suppliers to deliver the services required by this contract
This is an innovative element to the contract that has developed from reflections about the determinants of inequalities in deaths, ill-health including trust in institutions that have underpinned health inequalities for many decades, but which were tragically highlighted in the Covid-19 pandemic. It also seeks to enable the type of agile responses that brought partners together in the pandemic to respond quickly and effectively to future health and wellbeing issues.
The enablers of improved outcomes and reduced inequalities include a dedicated focus on system leadership, co-production, evaluation and culturally appropriate communication resulting in an innovative child-centred service that meets local need. This element will also support the service to deliver community benefits which will include work-experience, mentoring and apprenticeships (with a focus on children in care, young people with care experience and older children outside mainstream education)
Engagement work to date has highlighted that these activities are wished for but may be seen as an additional burden on top of day-to-day delivery of services. This element aims to invest in capacity to maximise community benefit and social value and will drive service development in the other elements of the service, to ensure that the whole service continues to evolve in response to community needs. By delineating it as a discrete service element with committed investment, the delivery of providers’ social value pledges at tender stage can be more rigorously assured through contract management processes
The successful provider will enter into contract with Tower Hamlets utilising their standard T&Cs (included in tender pack) for an initial term of 3 years, with a maximum optional extension of 4 years.
Tower Hamlets are following the Open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
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: £2,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
the Authority reserves the right to extend the Contract on the same terms for two further periods of two years, making a total possible Contract Period of seven years
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) Description
two.2.1) Title
Joint Service Provision
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Tower Hamlets are seeking expressions of interest from suitably skilled and experienced suppliers to deliver the services required by this contract
Feedback from the market engagement has been mixed in relation to delivery of the services under Lot 1 and Lot 2 by the same provider. Therefore, a third Lot (for the provision of both service areas by one provider) has been added to the procurement structure. The services for this are detailed in Lots 1 & 2.
It is anticipated that there may be overheads cost savings should both services be provided by a single provider, however, the Council need confidence that a single specialist provider is capable of delivery quality across both elements.
The successful provider will enter into contract with Tower Hamlets utilising their standard T&Cs (included in tender pack) for an initial term of 3 years, with a maximum optional extension of 4 years.
Tower Hamlets are following the Open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
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: £16,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
the Authority reserves the right to extend the Contract on the same terms for two further periods of two years, making a total possible Contract Period of seven years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Lot 1 Provider is required to:
• have a workforce of fully trained and qualified professionals in a number of roles that support the development of staff, strategic direction, quality assurance, and administrative and IT support in the service.
• demonstrate effective workforce planning, professional registration and supervision and continued professional development.
• ensure sufficient cover when there are annual leave commitments, vacancies, sickness, or other absence, including the use of agency staff when required.
• ensure a skill mix school health team is led by SCHPN and includes nurses registered with Nursing and Midwifery Council (NMC) on part 1 or 2, additional specialist public health qualifications, and staff registered on part 3 of the NMC register.
• develop lead roles for pathways that promote and increase integration between other services and take on a higher level of intervention such as one-to-one clinical sessions.
• have other non-specialist roles to deliver education and training programmes, outreach work and mobilisation and engagement of young people with the service.
• share resources and skill mix across the need areas identified whilst recognising that particular specialisms do exist.
• ensure the workforce provides a single point of holistic care for young people and be involved in regular networking to secure excellent partnership across agencies. Management structures shall reflect on Multi-Disciplinary Teams rather than particular professional groups.
• identify and support qualified nurses who are interested in developing specialisms that meet the needs of the service.
• recruit highly trained and competent young people practitioners who shall have competencies in a range of topics and in some cases in specific specialisms.
• provide assurances and evidence that school nurses, and their teams shall meet the legal requirements for professional registration and revalidation and shall align with the statutory requirements for practice issued by the Nursing and Midwifery Council (NMC) on revalidation requirements.
Sexual health service provision (clinical elements) shall be delivered by staff who are appropriately trained and have the following qualifications:
• Registered Nurse (Adult)
• Non-Medical Prescriber (NMP)
• DFRSH in contraception
• FRSH Letter of Competence in Subdermal Contraceptive Implant Techniques
• FRSH intrauterine device (IUD) fitting
Staff working with young people in schools and the community shall have the relevant qualifications in substance misuse, youth work, psychology, counselling or mental health; such as a Diploma in Youth Work, Social work, Psychology or accredited Counselling or equivalent NVQ Level 4 in Children, Young People or families, social care or mental health.
All practitioners providing a service for the insertion of coils (IUCD / IUS) and subdermal contraceptive implants shall have appropriate training as per the current requirements set out by the Faculty of Sexual and Reproductive Health (FSRH) for the Letter of Competence in Intrauterine Techniques (LoC IUT) or the Letter of Competence in Subdermal Contraceptive Implant Techniques (LoC SDI).
People with needs relating to STIs shall have their care managed by appropriately skilled healthcare professionals. Best practice is considered to be:
• Practice and network Clinical leads shall have attended a Sexually Transmitted Infections Foundation (STIF) theory course (or equivalent theory course) in the last three years, be registered on the BASHH STIF Intermediate Competency database (or have an equivalent and up to date competency qualification) and attend a recognised sexual health training event at least once per year (e.g. local PLT).
• All other doctors and nurses providing sexual health services shall also have attended a STIF Core course in the last three years.
• Where allied health professionals are carrying out STI screening it is recommended that they receive relevant training within 12 months of starting (e.g. local PLT). Alternatively, this can be provided by the practice or the network sexual health leads.
• LARC – Practitioners shall undertake the required number of fittings to retain their competence.
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.2.2) Contract performance conditions
As detailed in accompanying tender 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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 September 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 September 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tower Hamlets reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion.
The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Authority shall be incurred entirely at that applicant's/tenderer's risk.
The Authority anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does apply to this Contract
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom