Early Intervention Link Worker London
The intention of the service is to ensure effective management and delivery of early intervention link worker support to children and young people within the London Borough of Hammersmith and Fulham.
United Kingdom-London: Welfare services for children and young people
2016/S 128-230595
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The London Borough of Hammersmith and Fulham
Hammersmith Town Hall, King Streeet
For the attention of: Harteam Louella
W6 9JU London
United Kingdom
E-mail: Louella.harteam@rbkc.gov.uk
Internet address(es):
General address of the contracting authority: www.lbhf.gov.uk
Electronic access to information: www.capitalesourcing.com
Electronic submission of tenders and requests to participate: www.capitalesourcing.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Within the borough of Hammersmith and Fulham.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The service provision is expected to contribute to Hammersmith and Fulham’s strategic priorities to: (1) Deliver an innovative early help model, working with partner agencies and schools that combine universal and targeted services to deal with the disadvantage experienced by children and their families in the borough; (2) Provide the appropriate intervention at the right time to reduce demand later on for high-cost specialist services; (3) Safeguard children and young people, enabling them to live safely and free from harm; (4) Improve the life chances and well-being of children in need; (5) Ensure that resources are deployed effectively and efficiently to achieve value for money whilst delivering improved outcomes.
II.1.6)Common procurement vocabulary (CPV)
85311300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As set out in the Tender documentation.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: (1) The Provider shall have in place safeguarding processes in line with the Pan London Procedures for Adults and Children; the Local Safeguarding Children Board (LSCB); and the Local Safeguarding Adults Board.
(2) The Provider shall comply with all statutory safeguarding legislation and act in line with the Children Act 2004; and guidance from the Department of Education and the Department of Health.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 092-165125 of 13.5.2016
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com) Suppliers will need to register an interest on the system in order to participate, and registration is free.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Rochdale Fostering Marketing Contract
Sefton Council Healthy Child Programme
Support for Children and Young People Powys
Residential Care for Younger Adults – Approved List