Tender

Mental Health Accommodation in Mid and South Essex

  • Essex County Council

F02: Contract notice

Notice identifier: 2023/S 000-006653

Procurement identifier (OCID): ocds-h6vhtk-03aed9

Published 7 March 2023, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Celine Couston

Email

Celine.Couston@essex.gov.uk

Telephone

+44 333

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/

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/

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 Accommodation in Mid and South Essex

Reference number

DN657557

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

ECC and partners have ambitious plans for its new model of Mental Health Supported Accommodation, to develop an integrated health and social care response to meet the needs of individual who require supported accommodation.

A comprehensive review of the health and social care system as a whole for supporting people with mental health needs has been undertaken. The numbers of people requiring support with complex needs has increased over recent years and traditional approaches to supported accommodation and reliance on residential provision for people with complex needs do not deliver the outcomes that people tell us support their recovery.

This Mental Health Accommodation Specification sets out the requirements for enabling people who require support in a Supported Living setting to achieve their outcomes and aspirations by building upon their strengths, skills and knowledge and ensuring they are directing their care and support plans.

Based on broad stakeholder engagement and co-produced with individuals with lived experience, ECC is procuring a range of provision at different Tiers to support the differing needs of People with Mental Health needs across Essex who require support in accommodation. The new model reflects the need for a system change to broaden the provision to match more complex needs to the best recovery settings, and to reduce the number of people placed outside of the County boundary.

There are four service levels complementing a whole system change, which include Intensive Assessment Beds and support in the community:

1. Intensive Assessment Beds (IAB)

2. Complex (Tier 1)

3. High (Tier 2)

4. Medium and Low (Tier 3)

The implementation of the new model started in 2022 in the North East and West quadrant and ECC is now deploying it in Mid and South Essex.

The ITT is for the procurement of Tier 2 and Tier 3 services in Mid and South Essex. IAB and Tier services will be procured later on this year.

This ITT is composed of 2 lots:

Lot 1 – High, Medium and Low services for Mid Essex

Lot 2 - High, Medium and Low services for South Essex

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

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

Mental Health Accommodation in Mid and South Essex

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 1 (Mid): 63 units composed of 17 High and 50 Medium & Low units

Lot 2 (South): 101 units composed of 27 High and 74 Medium & Low units

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 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

18 April 2023

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

18 April 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

Country

United Kingdom