Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an integrated pre-birth to five healthy child programme service

  • First published: 24 July 2021
  • Last modified: 24 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
24 July 2021
Deadline date:
06 September 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an Integrated Pre-Birth to Five Healthy Child Programme Service.

As part of the integrated service we require a new health visiting service will form part of the wider early help pathway in both councils to ensure all practitioners are best equipped to deliver on the national and local commitments for the best start in life.

The newly formed pre- birth to five healthy child programme model will include both universal and targeted services to improve the health and wellbeing of all children, young people and parents.

The overall aim of the service is to support families and all children from every community to be assured, confident and supported in a way that helps them thrive. To ensure all have equal opportunities to enjoy seamless, accessible and joined-up services that support and empower families to learn, develop and be healthy and happy. This means that:

• Our settings, activities and opportunities are accessible for all families.

• Our workforce, leadership and systems are integrated and joined up.

• Messages, language and checks are consistent across the pathway.

• Whole families, however they are made up, benefit from a holistic, inclusive and relational approach.

• Emotional wellbeing and mental health of all families is the priority for the workforce throughout the pathway.

• Children with SEND benefit from targeted support that allows them to develop and live happy and fulfilled lives.

• Communities feel connected and inclusive allowing individuals and groups to support each other.

We plan to integrate the early help and health visiting service, alongside the offer from maternity and wider VCS partners, to join up and modernise the delivery of the mandated Healthy Child Programme for families with low needs. This will include using technology to support a smart service that is responsive to levels of need.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Westminster City Council

64 Victoria Street

London

SW1E 6QP

UK

E-mail: tenders@westminster.gov.uk

NUTS: UKI

Internet address(es)

Main address: https://www.capitalesourcing.com

Address of the buyer profile: http://www.westminster.gov.uk

I.1) Name and addresses

The Royal Borough of Kensington & Chelsea

Hornton Street

Town Hall, Hornton Street

W8 7NX

UK

E-mail: tenders@westminster.gov.uk

NUTS: UKI3

Internet address(es)

Main address: https://www.capitalesourcing.com

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.capitalesourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.capitalesourcing.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an integrated pre-birth to five healthy child programme service

Reference number: prj_WCC_18334

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an Integrated Pre-Birth to Five Healthy Child Programme Service.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

The Royal Borough of Kensington and Chelsea and the City of Westminster.

II.2.4) Description of the procurement

Westminster City Council and the Royal Borough of Kensington and Chelsea are commissioning an Integrated Pre-Birth to Five Healthy Child Programme Service.

As part of the integrated service we require a new health visiting service will form part of the wider early help pathway in both councils to ensure all practitioners are best equipped to deliver on the national and local commitments for the best start in life.

The newly formed pre- birth to five healthy child programme model will include both universal and targeted services to improve the health and wellbeing of all children, young people and parents.

The overall aim of the service is to support families and all children from every community to be assured, confident and supported in a way that helps them thrive. To ensure all have equal opportunities to enjoy seamless, accessible and joined-up services that support and empower families to learn, develop and be healthy and happy. This means that:

• Our settings, activities and opportunities are accessible for all families.

• Our workforce, leadership and systems are integrated and joined up.

• Messages, language and checks are consistent across the pathway.

• Whole families, however they are made up, benefit from a holistic, inclusive and relational approach.

• Emotional wellbeing and mental health of all families is the priority for the workforce throughout the pathway.

• Children with SEND benefit from targeted support that allows them to develop and live happy and fulfilled lives.

• Communities feel connected and inclusive allowing individuals and groups to support each other.

We plan to integrate the early help and health visiting service, alongside the offer from maternity and wider VCS partners, to join up and modernise the delivery of the mandated Healthy Child Programme for families with low needs. This will include using technology to support a smart service that is responsive to levels of need.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.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:

Option for the Contracting Authority at its absolute discretion to extend the period of the contract(s) from five (5) years by a period of up to two (2) years in aggregate.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The procurement documents are available for unrestricted and full direct access free of charge at: www.capitalesourcing.com

Additional information can be obtained from the abovementioned address. Tenders or requests to participate must be submitted electronically via: www.capitalesourcing.com

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-004201

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/09/2021

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 60 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 06/09/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

23/07/2021

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
98000000 Other community, social and personal services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@westminster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.