Tender

916/2021 - Mental Health and Learning Disability Employability, Welfare and Benefits Advice Services

  • Croydon Council

F02: Contract notice

Notice identifier: 2021/S 000-002650

Procurement identifier (OCID): ocds-h6vhtk-0291c1

Published 9 February 2021, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

Contact

Mrs Natalie White

Email

natalie.white@croydon.gov.uk

Telephone

+44 2087266000

Fax

+44 2087605571

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

Tenders or requests to participate must be submitted to the above-mentioned 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

916/2021 - Mental Health and Learning Disability Employability, Welfare and Benefits Advice Services

Reference number

DN522813

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Croydon wishes to establish four individual contracts for the provision of Mental Health and Learning Disability Employability, Welfare and Benefits Advice. The four contracts are:

Lot 1 – Mental Health High Intensity Support Service

Lot 2 – Mental Health Employment and Wellbeing Support Service

Lot 3 – Learning Disability Support Service

Lot 4 – Welfare and Benefits Advice and Casework Service

This tender process is being carried out in accordance with the Light Touch Open Procedure as set out in the Public Contracts Regulations (PCR) 2015.

http://www.legislation.gov.uk/uksi/2015/102/contents/made

The full scope of the contract requirements are provided in the Service Specifications, which forms part of the Tender Documents available via the London Tenders Portal (www.londontenders.org)..

two.1.5) Estimated total value

Value excluding VAT: £1,118,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Mental Health High Intensity Support Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon intends to commission a Mental Health High Intensity Service which supports adults aged 18 and over with an enduring/long term mental health need to improve their prospects of sustainable, paid employment in the open labour market or self-employment. Providers will be required to support individuals who also experience learning disability or autism in addition to their mental health diagnosis.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial term will be 12 months followed by a possible 12 month extension.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 2 – Mental Health Employment and Wellbeing Support Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon intends to commission a Mental Health Employability and Wellbeing Support Service, to provide employment and wellbeing support for service users, aged 18 and over living in the London Borough of Croydon.

As part of the commissioning process, we are seeking to work with local providers with experience and expertise in providing employment and wellbeing support for residents with a mental health need. The service delivered will form part of an integrated approach to the delivery of an appropriate employment and welfare pathway which maximise the support offered to individuals with a mental health need.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £496,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial term will be 12 months followed by a possible 12 month extension.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 3 – Learning Disability Support Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon intends to commission a Learning Disability Support Service for adults aged 18 and over with a learning disability who require support with accessing employment, training and volunteering opportunities and/or accessing welfare and benefits, and with accessing a range of social, leisure and cultural services in the borough.

The service delivered will form part of an integrated approach to the delivery of Croydon’s Employment and Welfare service pathway, to maximise the support offered to those with a learning disability and/or autism need.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial term will be 12 months followed by a possible 12 month extension.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 4 - Welfare and Benefits Advice and Casework Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The London Borough of Croydon intends to commission a Welfare Benefits Advice and Casework Service to provide support with Welfare and Benefits related matters to individual age 18 and over, with a mental health need living in the London Borough of Croydon. Providers will be required to support individuals who also experience learning disability or autism in addition to their mental health diagnosis.

The service delivered will form part of an integrated approach to the delivery of Croydon’s Employment and Welfare service pathway, including Welfare and Benefit Advice, with the aim of maximise the support offered to those with a mental health need.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £322,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial term will be 12 months followed by a possible 12 month extension.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

4 March 2021

Local time

12:00pm

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 March 2021

Local time

12:00pm

Place

www.londontenders.org


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council has identified that the proposed service provision falls within the scope of ‘social and other specific services’ set out within Schedule 3 of the Public Contracts Regulations 2015 (Regulations). Consequently, the so-called light touch regime will apply to this procurement.

The Council reserves the right, subject to the provisions of the Regulations to change without notice the basis of any part of the procurement process or to cancel the procurement at any time and not proceed with the award of any contract at any stage of the procurement process. In addition, the Council reserves the right to amend and re-issue/re-publish documentation as part of tender opportunity where the Council receives a poor or inadequate response from the market and economic operators operating in the market in relation to one or more Lots. In such circumstances the Council, reserves the right to amend and/or update any of the Specifications and/or other documentation and request fresh submissions from all applicants who have expressed an interest in the relevant Lot, as well as from any other economic operator. The Council will publish all relevant information where it is re-issuing documentation and inviting applicants to make fresh submissions.

If you wish to register an interest in this contract please register your company free of charge via https://www.londontenders.org (supplier area). All questions and queries regarding the procurement must be posted via the London tenders portal. Tender responses may be submitted at any time before the closing date.

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Service Tribunal Service

Royal Courts of Justice, The Strand

London

WC2A

Telephone

+44 2079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any

proceedings must be brought in the High Court of England and Wales

six.4.4) Service from which information about the review procedure may be obtained

HM Courts and Tribunal Service Tribunal Service

Royal Courts of Justice, The Strand

London

WC2A

Country

United Kingdom