Section one: Contracting authority
one.1) Name and addresses
NHS South East London Integrated Care Board
160 Tooley Street
LONDON
SE1 2TZ
Contact
Odezi Stephen Ivuerah
Telephone
+44 7769276947
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
NHS Organisation Data Service
NHS South East London Integrated Care Board
Internet address(es)
Main address
https://www.selondonics.org/icb/
Buyer's address
https://www.selondonics.org/icb/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PRJ1111 - Mental Health Supported Living - Southwark - SEL ICB
two.1.2) Main CPV code
- 85144000 - Residential health facilities services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS South East London Integrated Care Board (NHS SEL ICB, known as NHS South East London) is undertaking a procurement process to select service providers for seven (7) mental health supported living contracts; each based at a specific premises in the borough of Southwark.
The sites are:
- 212 Peckham Rye
- Dunton Road
- Glengarry Road
- Kirkwood Road
- Milestone 1 Wales Close
- St James' House
- Landcroft Road
One in four people in the UK will suffer a mental health problem in the course of a year. Mental illness covers a wide range of conditions such as depression, anxiety disorders and obsessive-compulsive disorders, through to more severe conditions like schizophrenia.
Common mental disorders (CMD) include conditions such as depression and anxiety. Results from the 2014 Adult Psychiatric Morbidity Survey (APMS) show that 1 in 6 adults had a common mental disorder (CMD) in the week prior to the survey, rising to almost in 1 in 5 adults in London.
Mental ill-health represents a significant burden on our local population and the health and care system. It is estimated that almost 47,600 adults in Southwark are currently experiencing a CMD, this is expected to rise to approximately 52,000 individuals over the next decade
Although less disabling than major psychiatric disorders, the higher prevalence of CMD mean that their cumulative cost to society is greater. All types of CMD are more prevalent in women than among men, and they are also more likely to experience more severe symptoms. Young women were identified as a particularly high-risk group with an estimated 5,600 cases in the borough. Employment and socio-economic status were identified as a substantial risk factor. In Southwark, approximately half of the claims for employment and support allowance (ESA) are related to mental health - with 6,000 cases in February 2016.
The aims of this long-term supported living service are to enable service users with enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may have not lived independently or succeeded in living independently previously. In particular, the Service will meet the needs of individuals who are leaving hospital or residential care services.
A key aim of this service is to support residents with complex needs to live as independently as possible, developing the skills necessary to remain living in the community.
two.1.5) Estimated total value
Value excluding VAT: £10,671,432
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 - Dunton Road, St James' House
Lot No
1
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Dunton Road, St James' House.
two.2.4) Description of the procurement
Dunton Road, St James House - Medium Level of support
Forensic unit, step-down flats. Low to medium,
The proposed contract length is 3 years followed by a 2-year optional extension (5-year maximum extended contract duration). Contract start date 1st July 2023.
The annual value of this contract is £609,602 (Ex VAT). The total contract value, if extended, is £3,048,010 (Ex VAT).
The Provider will:
• Provide a skilled staff team where support workers are recovery focussed, are operating on the principles of psychologically informed environments and support people to develop their ability to do things for themselves.
• Provide appropriate levels of support to minimise the risk of crisis, to be able to provide more intensive support when needed and increase the potential for long term recovery
• Provide a service culture that empowers people and enables them to increase their confidence, assertiveness and awareness
• Deliver personal care and support for Service Users, providing physical assistance and/or encouragement and/or training and/or advice to perform daily living skills. Tasks will be performed in accordance with the individual care needs of Service Users, enabling them to live as independently as possible
• Be able to support people with a range of mental and physical healthcare needs or needs which may develop around dementia
• The provider will ensure that Staff are informed and deal confidently with accidents, injuries and emergencies, and also maintain good hygiene and infection control
• Ensure the Service will be available 24 hours a day, 365 days of the year
two.2.6) Estimated value
Value excluding VAT: £3,048,010
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The Contract is expected to commence on 1st July 2023 for an initial period 3 years. The Contract may be extended for an additional period of up to 2 years, at the sole discretion of the Authority.
The total contract value for lot 1 for the 5 years is £3,048,010
The Contract is expected to commence on 01 July 2023.
Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal:
https://proContract.due-north.com/register
Any reference to "the e-tendering portal" should be considered reflective of the above web address.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
The project on ProContract Portal can be accessed by clicking the following link:
https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
The deadline for the submission of tender is 14:00 Friday - 24 February 2023.
The deadline for any clarification questions is 17 February 2023
All clarification questions must be submitted via the messaging facility on Pro-contract.
two.2) Description
two.2.1) Title
Lot 2 - Complex Care Supported Living for Milestone, 212 Peckham Rye.
Lot No
2
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Milestone, 212 Peckham Rye.
two.2.4) Description of the procurement
The proposed contract length is 3 years followed by a 2-year optional extension (5-year maximum extended contract duration). Contract start date 1st July 2023.
The annual value of this contract is £724,503 (Ex VAT). The total contract value, if extended, is £3,622,517 (Ex VAT).
The aims of this short-term supported living service are to enable service users with enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may have not lived independently or succeeded in living independently previously. In particular, the Service will meet the needs of individuals who are leaving hospital or residential care services.
A key aim of this service is to support residents with complex needs to live as independently as possible, developing the skills necessary to move on to lower support accommodation or independent living. Within this context, the Service will:
• Enable people to recover and develop the capacity to live more independently in their communities
• Provide a skilled staff team where support workers are recovery focussed, are operating on the principles of psychologically informed environments and support people to develop their ability to do things for themselves.
• Provide appropriate levels of support to minimise the risk of crisis, to be able to provide more intensive support when needed and increase the potential for long term recovery
• Provide an environment that facilitates access to employment, training, education and wider community activities
• Provide a service culture that empowers people and enables them to increase their confidence, assertiveness and awareness
two.2.6) Estimated value
Value excluding VAT: £3,622,517
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The Contract is expected to commence on 1st July 2023 for an initial period 3 years. The Contract may be extended for an additional period of up to 2 years, at the sole discretion of the Authority.
The total contract value for lot 2 over the 5 years is £3,622,517
The Contract is expected to commence on 01 July 2023.
Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal:
https://proContract.due-north.com/register
Any reference to "the e-tendering portal" should be considered reflective of the above web address.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
The project on ProContract Portal can be accessed by clicking the following link:
https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
The deadline for the submission of tender is 14:00 Friday - 24 February 2023.
The deadline for any clarification questions is 17 February 2023
All clarification questions must be submitted via the messaging facility on Pro-contract.
two.2) Description
two.2.1) Title
Lot 3 - Complex Care Supported Living for Glengarry, Kirkwood, Landcroft road.
Lot No
3
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Complex Care Supported Living for Glengarry, Kirkwood, Landcroft road
two.2.4) Description of the procurement
The proposed contract length is 3 years followed by a 2-year optional extension (5-year maximum extended contract duration). Contract start date 1st April 2023.
The annual value of this contract is £800,181 (Ex VAT). The total contract value, if extended, is £4,000,905 (Ex VAT).
The aims of this supported living service are to enable service users with enduring mental health needs to live the community and function at an optimal level of independence, with appropriate levels of support. The Service will therefore play an essential role in meeting the accommodation and support needs of people who may have not lived independently or succeeded in living independently previously. In particular, the Service will meet the needs of individuals who are leaving hospital or residential care services
A key aim of this service is to support residents with complex needs to live as independently as possible, developing the skills necessary to move on in to lower support accommodation if possible. Within this context, the Service will:
• Enable people to recover and develop the capacity to live more independently in their communities
• Provide a skilled staff team where support workers are recovery focussed, are operating on the principles of psychologically informed environments and support people to develop their ability to do things for themselves.
• Provide appropriate levels of support to minimise the risk of crisis, to be able to provide more intensive support when needed and increase the potential for long term recovery
• Provide an environment that facilitates access to employment, training, education and wider community activities
• Provide a service culture that empowers people and enables them to increase their confidence, assertiveness and awareness
two.2.6) Estimated value
Value excluding VAT: £4,000,905
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2.14) Additional information
The Contract is expected to commence on 1st July 2023 for an initial period 3 years. The Contract may be extended for an additional period of up to 2 years, at the sole discretion of the Authority.
The total contract value for lot 3 over the 5 years is £4,000,905
The Contract is expected to commence on 01 July 2023.
Bidders are requested to review the content of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (ProContract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal:
https://proContract.due-north.com/register
Any reference to "the e-tendering portal" should be considered reflective of the above web address.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the Document 1 - ITT Guidance Document. Bidders are required to complete the online questionnaire on ProContract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
The project on ProContract Portal can be accessed by clicking the following link:
https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
The deadline for the submission of tender is 14:00 Friday - 24 February 2023.
The deadline for any clarification questions is 17 February 2023
All clarification questions must be submitted via the messaging facility on Pro-contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please refer to the criteria in the Tender document
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Portal link: https://procontract.due-north.com/Advert?advertId=61ea359e-979d-ed11-811e-005056b64545
Any communications or clarification questions about this contract opportunity must be submitted be via the messaging facility for this project on ProContract e-tendering portal.
This Procurement is being managed by the Procurement & Contracting Hub (hosted by NHS North East London) on behalf of NHS South East London in connection with a process under Regulation 75 of the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other service contracts. No indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.