Scope
Reference
2425-0450
Description
Islington Council is seeking to procure a Care and Support service for up to 17 adults with complex and enduring mental health needs. The service will be delivered within supported living accommodation comprising either self-contained studio apartments with shared communal facilities at Beaumont Rise, a new development currently under construction or individual rooms with shared facilities at Hanley Gardens, an existing scheme.
The provider will support residents with daily living tasks such as medication management, budgeting, cleaning, and cooking. The service will deliver trauma-informed, person-centred, and strength-based mental health support. Providers must demonstrate expertise in active risk management and work collaboratively with clinical teams to ensure resident safety and wellbeing.
The successful provider will have a proven track record of delivering high-quality care and support services to individuals with complex mental health needs, including experience in transitions and move-on support. The Council reserves the right to confirm the final location of the service based on site readiness. Should Beaumont Rise not be available at the time of contract commencement, the service will begin at Hanley Gardens, with the provider supporting residents through any future transition to the new accommodation.
Total value (estimated)
- £1,898,840 excluding VAT
- £1,898,840 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 1 October 2029
- 3 years, 1 month, 1 day
Main procurement category
Services
CPV classifications
- 85000000 - Health and social work services
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
Suppliers must demonstrate sufficient legal and financial capacity to perform the contract.
Technical ability conditions of participation
Suppliers must demonstrate technical ability to deliver care and support services of similar scope and complexity.
Submission
Enquiry deadline
12 January 2026, 12:00am
Submission type
Requests to participate
Deadline for requests to participate
19 January 2026, 12:00am
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 5 January 2029
Award criteria
| Name | Description | Type |
|---|---|---|
| Cost | 30% |
Cost |
| Quality | Service Model and Deliver Mobilisation and Relocation Safeguarding and Risk Management Service User Empowerment and Co-production Social Value 70% |
Quality |
Weighting description
The contract will be awarded to the Most Advantageous Tender (MAT) in accordance with the Procurement Act 2023.
Tenders will be assessed against the following headline criteria:
Quality: 70%
(including service delivery approach, safeguarding, and social value)
Price: 30%
Further details of sub-criteria, scoring methodology, and evaluation process will be provided in the Invitation to Tender (ITT) documents.
Other information
Payment terms
Payments will be made within 30 calendar days of receipt of a valid, undisputed invoice, in accordance with the Procurement Act 2023.
Invoices must be submitted via the Authority's designated electronic invoicing system or as otherwise specified in the contract documentation.
Where an invoice is disputed, the Authority will notify the supplier promptly and work to resolve the issue in line with agreed dispute resolution procedures.
These terms do not apply to concession contracts, utilities contracts awarded by private utilities, or contracts awarded by schools.
Description of risks to contract performance
The following risks have been identified as potential risks to this contract:
Staffing and Workforce Availability: Shortages in qualified care staff or high turnover could affect service continuity.
Financial Stability of Provider: Insolvency or significant financial distress may jeopardise delivery.
External Factors: Changes in legislation, pandemics, or local emergencies may require service adjustments.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
This procurement is being conducted under the light-touch regime (Procurement Act 2023, Section 9) using a two-stage process.
• Stage 1 - Procurement Specific Questionnaire (PSQ): Your organisation's suitability to pursue a professional activity; economic and financial standing, and technical and professional ability will be assessed against the conditions of participation. The highest five (5) scoring organisations will be invited to tender. In the event of a tie, all organisations with a tied score within the top five (5) scores will also be invited to tender.
• Stage 2 - Invitation to Tender (ITT): Shortlisted organisations will be invited to submit a tender detailing their approach to delivering the service and pricing. Tenders will be evaluated against the advertised award criteria of 30% cost and 70% quality to identify the most advantageous tender (MAT). The winning provider will be the one with the highest combined score.
Reduced tendering period
Yes
Light touch contract - no minimum
Documents
Documents to be provided after the tender notice
Tender documents will be provided electronically through the ProContract portal following publication of the notice. Interested suppliers should register and log in to access the documents.
Web address: https://procontract.due-north.com"
Contracting authority
Islington Council
- Public Procurement Organisation Number: PBMD-2513-CWJJ
Islington Town Hall
London
N1 2UD
United Kingdom
Contact name: Progressive Procurement
Email: procurement@islington.gov.uk
Website: http://www.islington.gov.uk/
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government