Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://wcc.ukp.app.jaggaer.com
Buyer's address
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
Westminster Advice Service Partnership
two.1.2) Main CPV code
- 79140000 - Legal advisory and information services
two.1.3) Type of contract
Services
two.1.4) Short description
The Westminster Advice Service Partnership provides advisory services to support residents with; claiming benefits, debt problems, housing applications and challenges, energy support and planning applications.
It includes telephone and online support, face to face appointments, drop-in sessions, and a referral network to cross refer between agencies.
Areas of advisory focus include; welfare benefits, debt (including advice on switching energy suppliers and issuing of Debt Relief Orders), employment advice (not employability advice), housing (any issues related), managing and borrowing money, information and advice on income maximisation through finance advice, immigration to OISC level 1 and 2, energy advice and other advice specific to priority care groups.
The service will consist of the following components and will be delivered across three levels. All levels will be expected to be accessible to all service users:
Information (Level One) - An information service gives clients the information they need, for them to know and do more about their situation. It can include signposting, providing factual information about the role of another organisation, and/or how to find or contact that organisation. Responsibility for taking any further action rests with the client.
Advice (Level Two) - An advice service involves: a diagnosis of the client's enquiry and the issues involved, giving information and explaining options, identifying further action the client can take, and some assistance: e.g. contacting third parties to seek information; filling in forms. This would usually be completed with one interview although there may be some follow-up work. The client would take responsibility for any further action.
Advice with Casework (Level Three) - Some advice with casework service includes all the elements of an advice service previously listed and also involves taking action on behalf of the client to move the case on. It could include negotiating on behalf of the client with third parties on the telephone, by letter or face-to-face. It will usually involve follow-up work and the adviser would take responsibility for this.
We're currently anticipating a contract term of five and a half years and two two-year allowable extensions (5.5 + 2 + 2).
two.1.5) Estimated total value
Value excluding VAT: £14,877,699
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75210000 - Foreign affairs and other services
- 98113000 - Services furnished by specialist organisations
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The Westminster Advice Service Partnership provides advisory services to support residents with; claiming benefits, debt problems, housing applications and challenges, energy support and planning applications.
It includes telephone and online support, face to face appointments, drop-in sessions, and a referral network to cross refer between agencies.
Areas of advisory focus include; welfare benefits, debt (including advice on switching energy suppliers and issuing of Debt Relief Orders), employment advice (not employability advice), housing (any issues related), managing and borrowing money, information and advice on income maximisation through finance advice, immigration to OISC level 1 and 2, energy advice and other advice specific to priority care groups.
The service will consist of the following components and will be delivered across three levels. All levels will be expected to be accessible to all service users:
Information (Level One) - An information service gives clients the information they need, for them to know and do more about their situation. It can include signposting, providing factual information about the role of another organisation, and/or how to find or contact that organisation. Responsibility for taking any further action rests with the client.
Advice (Level Two) - An advice service involves: a diagnosis of the client's enquiry and the issues involved, giving information and explaining options, identifying further action the client can take, and some assistance: e.g. contacting third parties to seek information; filling in forms. This would usually be completed with one interview although there may be some follow-up work. The client would take responsibility for any further action.
Advice with Casework (Level Three) - Some advice with casework service includes all the elements of an advice service previously listed and also involves taking action on behalf of the client to move the case on. It could include negotiating on behalf of the client with third parties on the telephone, by letter or face-to-face. It will usually involve follow-up work and the adviser would take responsibility for this.
We're currently anticipating a contract term of five and a half years and two two-year allowable extensions (5.5 + 2 + 2).
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: £14,877,699
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 September 2025
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
5.5 + 2 + 2
Initial Contract Period of 16th September 2025 - 31st March 2031
Extension Option 1 until 31st March 2033
Extension Option 2 until 31st March 2035
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-029605
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
Local time
5:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 February 2025
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This opportunity and all associated procurement documents will be accessible via our City of Westminster Procurement and Contracts portal ("the Portal"), kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: ITT_30113. If you have any questions, please submit these through the portal.
Our portal is free to register on.
To view details of the Opportunity via the Portal please click the following link and click on Opportunities: https://wcc.ukp.app.jaggaer.com
Or browse as follows:
- Connect to https://wcc.ukp.app.jaggaer.com
- Enter your Username and Password
- Go to Published Opportunities
- Click on the Project Title to view details
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
Precise information on 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).