Opportunity

Mental Health Recovery

  • Rotherham Metropolitan Borough Council

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice reference: 2023/S 000-002676

Published 27 January 2023, 4:39pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Lorna Byne

Email

lorna.byne@rotherham.gov.uk

Telephone

+44 1709334159

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=54200&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=54200&B=UK

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

Mental Health Recovery

Reference number

21-203

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 Council is seeking applications from experienced providers with the capability and capacity to deliver community mental health care and support in Rotherham.

A review of current mental health care and support provision in Rotherham indicates the need to improve the community service model to one which offers mental health recovery support personalised social care, with increased choice and control for people living with mental ill-health.

This new care and support model has been co-produced in partnership with people accessing services and their supporting professionals to inform the service design.

Such services will support people to achieve independent living skills, move towards, and sustain, independent living in the communities in which they live.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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

Supported Living - Accommodation Based Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation
  • 85312000 - Social work services without accommodation
  • 85320000 - Social services
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Within the Borough of Rotherham

two.2.4) Description of the procurement

The FPS will comprise of a number of separate Lots. Each Lot will specify a community service (i.e., supported living accommodation-based services, day opportunities) with the principle of mental health recovery at its core.

Initially the Council is seeking applications for Lot 1 - Supported Living - Accommodation Based.

There will be no limit to the number of providers who can be appointed to any Lot within the FPS.

All successful applicants appointed to any Lot will automatically be added to Lot Z - Miscellaneous Contracts Relating to Mental Health Recovery Services and will have the opportunity to take part in procurement activity which is not specifically linked to a particular Lot that already exists. Applicants are not required to submit an application for this Lot.

The Council will update the application documentation as and when new Lots are added.

Applicants will be able to access the application documentation at any point via YORtender.

The Council will download applications and undertake evaluation activity in what will be known as rounds, this evaluation process and frequency will be subject to the applications received and capacity and resource within the team, as a maximum it is envisaged applications will be evaluated every 6 months or sooner at the Council’s discretion.

Applicants must note this process seeks to appoint providers to the FPS only and carries no guarantee of any work awarded, commitment of expenditure, or volumes of activity with the appointed provider upon appointment. Any award of work will be subject to the completion of a direct award or further competition process.

Supported living is typically defined as housing where support and/or care services are provided to help people to live as independently as possible. Supported living provides people with individual tenancies. This means that they have a home of their own and will benefit from a greater level of autonomy as far as their environment is concerned (Source: Social Care Institute of Excellence).

The accommodation is often shared but can be single household and staff are shared across a number of people in the scheme with additional 1:1 support provided for individuals, based on their assessed eligible needs. Supported living is an alternative to institutional care for people living with mental ill-health and offers more choice, control, rights, and independence which is the primary motivation for proposing adoption of this model.

Supported living offers a high level of support for people for whom residential care would usually be the only viable alternative.

The strategic drivers to develop supported living include:

• reducing the use of high cost and long-term residential care,

• its strong preventative focus as it helps people to develop and maintain their independence in the longer term with links to, for example, training, employment, and volunteering.

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract or the framework agreement

Start date

8 May 2023

End date

7 May 2028

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.2.14) Additional information

The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.


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

As detailed in the application documentation or subsequent direct award or further competition documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the application documentation or subsequent direct award or further competition documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: www.yortender.eu-supply.com

four.1.11) Main features of the award procedure

As detailed in the application documentation or subsequent direct award or further competition documentation.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-023702

four.2.2) Time limit for receipt of expressions of interest

Date

8 May 2028

Local time

12:00am

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

English

four.2.5) Scheduled date for start of award procedures

8 May 2023


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.3) Additional information

Aiming to harness the opportunities which exist in the wider care and support market, this Mental Health Recovery Flexible Purchasing System (FPS) will increase choice and improve outcomes for people living with mental ill-health in Rotherham.

Applicants can read the Cabinet Paper dated 17th October 2022 Commissioning Mental Health Recovery Focused Community Services - Rotherham Council which sought the approval for the procurement process to establish this FPS and procure a range of community services which reflect the principles of mental health recovery model.

The procurement exercise and subsequent ongoing procurement activity will be undertaken in line with the Social and Other Specific Services procedure (Light Touch Regime) in accordance with the Public Contracts Regulations 2015 (as amended) (“the Regulations”). The system is a Flexible Purchasing System (FPS) also known as a Pseudo Dynamic Purchasing System.

It is anticipated that the Flexible Purchasing System will commence on 08/05/2023 and will run for a period of 60 months/5 years making the initial expiry date 07/05/2028. This period is an estimate only, the Council may continue to use the Flexible Purchasing System beyond that if it wishes to do so, subject to further Cabinet approval.

The FPS will comprise of a number of separate Lots. Each Lot will specify a community service (i.e., supported living accommodation-based services, day opportunities) with the principle of mental health recovery at its core.

Lots may be added at any point throughout the lifetime of the FPS and the application documentation will be updated accordingly. Applicants can apply to join one or more lots and can be successfully appointed to one or more lots subject to any updates to the rules published. There is no limited to the number of organisations that can be appointed to the FPS.

Whilst priority is being given to Lot 1, Mental Health Supported Living Accommodation Based Services, cost efficiencies achieved and any appropriate new investment allocated by the Department of Health and Social Care will be utilised to develop new community services (further Lots), tendered via this FPS and to be provided within the existing budgets.

The indicative spend activity to be generated via the FPS is in the region of £4m per annum, there is no new funding for developing the initiatives proposed in this report. The cost associated with this Flexible Purchasing System will be met within existing budgets currently set at £5.7m (2022-2023).

Work will be awarded on a direct award or further competition as detailed in the application documentation.

Organisations applying for this FPS must commit to supporting the Council's Social Value Policy and support this agenda by committing to deliver Social Value additionality as a result of the services commissioned via this FPS.

RMBC is acting as the lead authority to appoint providers for the provision of the services detailed in the application documentation. Applicants should also be aware that NHS South Yorkshire Integrated Care Board is named as a Permitted Purchaser and may choose to access the Flexible Purchasing System and may create additional lots within the scope of Mental Health Recovery, without creating any obligation on behalf of them to do so. The Permitted Purchaser will be independently responsible for the award of their own contract, which may incorporate NHS Terms and Conditions.

Applicants must read the full application documentation pack before starting an application, the application pack can be downloaded free or charge via YORtender and searching for project number 60316.

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom