Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
Contact
Mr Stephen Potter
Stephen.Potter@walthamforest.gov.uk
Telephone
+44 7741077216
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for Healthy Child Programme (0-19) and Family Centre Services in the London Borough of Waltham Forest
Reference number
DN579700
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the London Borough of Waltham Forest (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Contract for Healthy Child Programme and Family Centre Services in the London Borough of Waltham Forest (“the Contract”).
The Contract shall commence on 1st July 2022 and, subject to satisfactory performance, shall continue up to and including 30th June 2025 (“the Contract Period”). At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum twenty-four (24) months, providing a possible total Contract Period to midnight on 30th June 2027.
The Contract is split into three Lots which covers the following services:
Lot 1: Children and Family Centre Service
To provide a wide range of universal stay and play sessions aligned to the early year’s foundation seven stages of learning, being ready to learn in preparation for school readiness, group programmes for targeted groups such as for children with SEND and mothers with postnatal depression and 1:1 support for families with young children.
Lot 2: Best Start Service 0-5
To improve health outcomes for young children and to reduce health and social inequalities by providing access to early intervention and prevention in key areas, early feeding and nutrition, healthy weight, oral health and speech and language. The service focuses on the delivery of the high impact areas of the Healthy Child Programme. The service offers a range of drop-in services, group programmes and 1:1 support for families with young children.
Lot 3: Health Child Programme 0-19
The Waltham Forest Healthy Child Programme 0-19 is an integrated Healthy Child Programme service, consisting of a Health Visiting service, a School Nursing Service, and a Family Nurse Partnership. The aim of the Healthy Child Programme 0-19 service is to improve outcomes for children and their families and reduce inequalities; to lead on and deliver the local Healthy Child Programme 0-5 and 5-19 and to give Waltham Forest children the best possible start in life.
Organisations are permitted to submit a Tender for any one or more of the Lots as they deem appropriate to their skills and experience. Organisations are advised that the Authority will evaluate Tenders for each Lot separately.
two.1.5) Estimated total value
Value excluding VAT: £33,920,500
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Children and Family Centre Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85312110 - Child daycare services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
To provide a wide range of universal stay and play sessions aligned to the early year’s foundation seven stages of learning, being ready to learn in preparation for school readiness, group programmes for targeted groups such as for children with SEND and mothers with postnatal depression and 1:1 support for families with young children.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £5,355,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum twenty-four (24) months, providing a possible total Contract Period to midnight on 30th June 2027.
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) Description
two.2.1) Title
Lot 2: Best Start Service 0-5
Lot No
2
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
To improve health outcomes for young children and to reduce health and social inequalities by providing access to early intervention and prevention in key areas, early feeding and nutrition, healthy weight, oral health and speech and language. The service focuses on the delivery of the high impact areas of the Healthy Child Programme. The service offers a range of drop-in services, group programmes and 1:1 support for families with young children.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum twenty-four (24) months, providing a possible total Contract Period to midnight on 30th June 2027.
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) Description
two.2.1) Title
Lot 3: Healthy Child Programme (0-19
Lot No
3
two.2.2) Additional CPV code(s)
- 85120000 - Medical practice and related services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
The Waltham Forest Healthy Child Programme 0-19 is an integrated Healthy Child Programme service, consisting of a Health Visiting service, a School Nursing Service, and a Family Nurse Partnership. The aim of the Healthy Child Programme 0-19 service is to improve outcomes for children and their families and reduce inequalities; to lead on and deliver the local Healthy Child Programme 0-5 and 5-19 and to give Waltham Forest children the best possible start in life.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £26,965,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum twenty-four (24) months, providing a possible total Contract Period to midnight on 30th June 2027.
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
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
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
7 December 2021
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 December 2021
Local time
9:00am
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
High Court of England and Wales Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contract is being procured in accordance with the Public Contract Regulations 2015 . The contracting Authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales).