Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
City Hall, 64 Victoria Street
London
SW1E 6QP
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).