Opportunity

Contract for Healthy Child Programme (0-19) and Family Centre Services in the London Borough of Waltham Forest

  • London Borough of Waltham Forest

F02: Contract notice

Notice reference: 2021/S 000-027540

Published 3 November 2021, 12:21pm



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

Email

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).