Tender

WCC/RBKC Statutory Advocacy Services for Adults

  • Westminster City Council

F02: Contract notice

Notice identifier: 2024/S 000-038022

Procurement identifier (OCID): ocds-h6vhtk-04be76

Published 25 November 2024, 2:31pm



Section one: Contracting authority

one.1) Name and addresses

Westminster City Council

City Hall, 64 Victoria Street

London

SW1E 6QP

Email

tenders@westminster.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://wcc.ukp.app.jaggaer.com/

one.3) Communication

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

https://wcc.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://wcc.ukp.app.jaggaer.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

WCC/RBKC Statutory Advocacy Services for Adults

two.1.2) Main CPV code

  • 85312300 - Guidance and counselling services

two.1.3) Type of contract

Services

two.1.4) Short description

Commissioners wish to procure a single gateway service into Advocacy Services, for Adults with Health and Social Care Needs, in WCC and RBKC, and for people outside the borough where WCC and RBKC retains a statutory responsibility for the provision of these services.

The contract will also encompass the provision of out of borough IMCA and Deprivation of Liberty Standards paid representatives. Under the new service model, a Lead Provider would be contracted to provide Statutory Advocacy Services for Adults. This requires the provision of skilled advocates, with specialist knowledge and training. The ‘lead provider’ would be responsible for the following:

1. Provision of Statutory Advocacy Services (IMCA, DOLs Paid Representatives, IMHA, ICAA and IHCA) – ensuring continuity of advocates for service users.

2. Coordination of the provision of Statutory Advocacy Services for persons living outside of the borough where WCC and RBKC retains a duty to provide services.

3. Ensuring the skills of the advocacy workforce across the entire pathway – providing training and development to local and specialist providers to increase the pool of qualified advocates in the borough to meet the language and cultural needs of the individuals seeking support.

4. DOLs requirements.

Detailed service provision of all services can be found in the Specification and viewed via https://wcc.ukp.app.jaggaer.com/

two.1.5) Estimated total value

Value excluding VAT: £5,320,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312320 - Counselling services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Commissioners wish to procure a single gateway service into Advocacy Services, for Adults with Health and Social Care Needs, in WCC and RBKC, and for people outside the borough where WCC and RBKC retains a statutory responsibility for the provision of these services.

The contract will also encompass the provision of out of borough IMCA and Deprivation of Liberty Standards paid representatives. Under the new service model, a Lead Provider would be contracted to provide Statutory Advocacy Services for Adults. This requires the provision of skilled advocates, with specialist knowledge and training. The ‘lead provider’ would be responsible for the following:

1. Provision of Statutory Advocacy Services (IMCA, DOLs Paid Representatives, IMHA, ICAA and IHCA) – ensuring continuity of advocates for service users.

2. Coordination of the provision of Statutory Advocacy Services for persons living outside of the borough where WCC and RBKC retains a duty to provide services.

3. Ensuring the skills of the advocacy workforce across the entire pathway – providing training and development to local and specialist providers to increase the pool of qualified advocates in the borough to meet the language and cultural needs of the individuals seeking support.

4. DOLs requirements.

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: £5,320,000

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

2-year extension

two.2.10) Information about variants

Variants will be accepted: Yes

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 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

10 January 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

10 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

End Date for Supplier Clarification Messages

18/12/2024 17:00

Tender Closing Date

10/01/2025 12:00

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).