Section one: Contracting authority
one.1) Name and addresses
Croydon Council
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
Contact
Mrs Natalie White
Telephone
+44 2087266000
Fax
+44 2087605571
Country
United Kingdom
NUTS code
UKI62 - Croydon
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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