Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westminster City Council
London
SW1E 6QP
UK
E-mail: wmitchell@westminster.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://wcc.ukp.app.jaggaer.com/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wcc.ukp.app.jaggaer.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
WCC/RBKC Statutory Advocacy Services for Adults
II.1.2) Main CPV code
85312300
II.1.3) Type of contract
Services
II.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/
II.1.5) Estimated total value
Value excluding VAT:
5 320 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKI
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 320 000.00
GBP
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:
2-year extension
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:
Yes
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
15/01/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
End Date for Supplier Clarification Messages
23/12/2024 17:00
Tender Closing Date
15/01/2025 12:00
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
UK
VI.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).
VI.5) Date of dispatch of this notice
28/11/2024