Section one: Contracting authority
one.1) Name and addresses
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
Contact
Stevie Crawford
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Voluntary Sector Project Management, Engagement and Consultancy Services in Central London (Westminster) and West London (Royal Borough of Kensington and Chelsea)
Reference number
C324581
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
North West London Integrated Care Board wishes to appoint a high quality, professional and experienced provider of project management, engagement and consultancy support, in relation to the voluntary and community sector in the Bi Borough - Central London (Westminster) and West London (RBKC).
This procurement forms part of three-year funding from the Health Inequalities Transformation Funding and will used to fund Vibrant and Health Communities (VHC).
The Vibrant & Healthy Communities Programme fosters collaboration among the Voluntary and Community Sector (VCS), NHS, Local Authorities, Public Health, and other stakeholders to address health inequalities in Bi-borough.
The maximum affordability threshold for the term including any extension periods is £394,036.
The services are expected to commence on 27th January 2025 until 31st March 2027.
As a public sector body, we are regulated by public procurement law when purchasing contracts for goods, works and services. We are managing this Procurement in accordance with the Public Contracts Regulations 2015. The services to which this ITT relates fall within Chapter 3, Section 7: Particular Procurement Regimes to the Public Contract Regulations 2015.
We are running this procurement competition using a bespoke competitive procurement process; this means the Contracting Authority are following a process under the light touch regime as specified on this Invitation to Tender. As such, the procurement of the services is being run as a bespoke, single-stage application process akin to the Open Procedure.
In accordance with Public Contracts Regulations 2015, this tender has been advertised on Contracts Finder and Find a Tender UK notification service via a Contract Notice.
To access all of the tender documents and participate in the opportunity, please register and apply via Atamis e-sourcing portal: https://health-family.force.com/s/Welcome
The deadline for submitting a tender response documentation is 12 noon on Friday, 20th December 2024.
North West London Procurement Services (NWLPS) is a Collaborative Procurement Organisation. The Contracting Authority have instructed NWLPS to act as their procurement representative, therefore any communications during the tender process by NWLPS, are on behalf of the Contracting Authority.
NWLPS is an agent on behalf of the Contracting Authority acting on its behalf solely to carry out the Procurement. All decisions regarding the Contract will be made by the Contracting Authority.
two.1.5) Estimated total value
Value excluding VAT: £394,036
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
North West London Integrated Care Board wishes to appoint a high quality, professional and experienced provider of project management, engagement and consultancy support, in relation to the voluntary and community sector in the Bi Borough - Central London (Westminster) and West London (RBKC).
The approach aims to maximise the use of assets in our community, through closer working relationships with the Voluntary and Community sector.
This is achieved through 4 key goals:
1. Build stronger working relationships and shared collaborative culture.
2. Enable a holistic approach with a focus on people, early intervention and prevention to reduce health inequalities.
3. Maximise the use of VCS assets like data and expertise.
4. Develop VCS capacity and infrastructure for partnership.
Alongside this ongoing work, the VHC programme will provide the necessary ongoing co-ordination, management and evaluation all activity funding by the Health Inequality Transformation Funding. This will include the community solutions project.
The Provider will be required to coordinate and maximise the community assets for Vibrant and Healthy Communities programme. They will work directly with, and as part of, the voluntary sector in Westminster and RBKC, building on their existing relationships, knowledge and credibility with these organisations, in order to:
- Mobilise and oversee the community solutions project from start to finish, with successful VCS grant partners;
- Develop and deliver a co-production and community engagement implementation plan;
- Develop a community intelligence model with partners across sectors;
- Work with 3ST and NWL evaluation groups to design and mobilise a model locally that enables VCS to demonstrate impact;
- Run a range of engagement events, and other relevant programmes.
This will require the Provider to be able to manage multiple programmes of work, have strong, detailed knowledge of the local voluntary sector stakeholders and the populations they support, and work closely with NHS and Local Authority partners, as part of the Bi-Borough Place Based Partnership. The successful organisation will also need to consider how it will procure expert support via local organisations that work directly with children, young people and families, and global majority communities, in order to access expertise such as safeguarding, engagement and appropriate programme/service design.
The Provider must:
a) Be able to demonstrate a proven track record of working on programmes of this type, scale and complexity, in partnership within NHS, Local Authority and Voluntary Sector settings; and
b) Be a Third Sector Organisation based and operating within RBKC and Westminster boroughs; and
c) Have strong, established relationships with a wide variety of 3rd sector organisations in WCC and RBKC. This must include organisations that work with children and families as well as adults, and a breadth of organisations that represent the wide range of communities living in Westminster and RBKC; and
d) Be in a position to mobilise quickly and begin delivery immediately after contract award.
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: £394,036
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 January 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
A period which does not exceed 12 months in increments which is at the sole discretion of NWL ICB
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 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
20 December 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
Tender must be valid until: 1 April 2025
four.2.7) Conditions for opening of tenders
Date
20 December 2024
Local time
12:00pm
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
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom