Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://wcc.ukp.app.jaggaer.com
Buyer's 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
ITT_30346 - Children and Young People’s Health and Wellbeing Service with a Primary Focus on Substance Misuse
Reference number
ITT_30346
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of the Children and Young People’s Health and Wellbeing Service with a Primary Focus on Substance Misuse.
The successful provider will deliver the service across both Westminster City Council and Royal Borough of Kensington and Chelsea, and a through a tailored and accessible offer, will provide outreach, specialist treatment interventions to children, young people and their families, whilst working closely with partners to prioritise early intervention, education, and community engagement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,301,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Westminster City Council (WCC) and Royal Borough of Kensington and Chelsea (RBKC).
two.2.4) Description of the procurement
This notice is an Intention to award a contract under Competitive Process of the Provider Selection Regime.
This is a bi-borough service, supporting residents in Westminster (WCC) and Kensington and Chelsea (RBKC).
The services to be provided are outreach, specialist treatment interventions to children, young people and their families, encompassing issues including substance misuse, wider addictions and sexual health. The provider will work closely with partners to prioritise early intervention, education, and community engagement.
It is a single service but formed of two sovereign contracts, one for each borough.
The approximate lifetime value is £7.3M, split as approximately £3.05M in RBKC and £4.25M in WCC.
This is a new service - an expansion (in scope and value) of the existing service.
The award is to a new supplier.
The Contract term is as follows:
initial Contract Term - 01/12/2025 to 30/11/2030
Extension Period - 01/12/2030 - 30/11/32
two.2.5) Award criteria
Quality criterion - Name: Quality (Technical) / Weighting: 80
Cost criterion - Name: Price (Commercial) / Weighting: 20
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-025310
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 September 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Central and North West London NHS Foundation Trust.
Trust Headquarters, 350 Euston Road, Regents Place,
London
NW1 3AX
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,301,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 29th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.’
Representations should be sent to procurementteammailbox@westminster.gov.uk
The award decision-makers were, in Westminster City Council, the Cabinet Member for Adult Social Care, Public Health and Voluntary Sector, and in Royal Borough of Kensington and Chelsea, the Lead Member for Adult Social Care.
No conflicts of interest were declared.
The assessment was carried out using a weighting of 80% Quality and 20% Commercial (Cost).
The key criteria for quality are listed below:
1. Quality and Innovation - 15%
2. Integration, Collaboration and Service Sustainability - 23%
3. Improving Access, Reducing Health Inequalities and Facilitating Choice - 59%
4. Social Value - 3% (Note -social value elements (e.g. staffing requirements) were also incorporated into the other method statement headings, and weighted accordingly)
These criteria were agreed, and the weightings allocated, to reflect the importance of the core requirements of the service including safeguarding, reducing health inequalities, addressing stigma and shame, and providing support around wider addictions. These criteria, and the specification align with the Councils Children and Young People (CYP) Drugs Strategy which sets out specific objectives for reducing drug use and associated harms among young people.
The assessment process satisfied the Council that the successful provider can deliver the service, with the responses provided against each of the key criteria, providing evidence and confidence that the supplier can meet the requirements of the specification.
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