Tender

Voluntary Community and Social Enterprise (VCSE) Sector Commissioning 2024 Phase 4

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice identifier: 2024/S 000-011289

Procurement identifier (OCID): ocds-h6vhtk-045061

Published 8 April 2024, 3:02pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2, High Street

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom

Region code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

one.3) Communication

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

https://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org

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

Voluntary Community and Social Enterprise (VCSE) Sector Commissioning 2024 Phase 4

Reference number

DN713702

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 Voluntary, Community and Social Enterprise Sector (VCSE) plays a vital role in Royal Borough of Kingston supporting some of the borough’s most vulnerable residents. The sector has played a crucial role in the Kingston Covid response and continued funding of local Voluntary Community Sector organisations is an important part of ensuring the Authority has an effective approach to early help and prevention. These proposals build on learning from the Covid response, the priorities of the Communities Taskforce, the recommendations from Seizing the Moment, and sector best practice. The service priorities, specification requirements and monitoring approach have been co-designed with the sector.

A phased approach to the commissioning process has been adopted, with contracts falling into earlier Phase 1, 2, 3 contracts and the remaining contracts into this Phase 4.

This procurement exercise is in relation to Phase 4 only.

There are two (2) Commissioning Themes in Phase 4. Each Commissioning Theme has Lots which indicate the type of service provision required. This assists us in focussing our intentions into areas of need.

Commissioning Theme 6: Mental Health and Wellbeing

Lot 6a - Dementia Advice & Support Services

Lot 6b - Mental Health Support

Lot 6c - Bereavement Counselling & Support Services

Commissioning Theme 9: Advocacy

Lot 9a - Integrated Advocacy

The Authority will seek to award contracts in the form of separate Theme Lots. Each Theme Lot will be underpinned by an overarching VCSE commissioning Theme and the size and subject matter of each Theme Lot will vary depending on the overarching commissioning Theme.

The Authority will be seeking to award ONE contract for each Theme Lot. Each Theme Lot will have a contract value assigned. The total value of each contract will be reflective of the individual value of each Theme Lot.

There is a specification set out for each commissioning Theme Lot. Each specification will set out the key outcomes and key deliverables for each commissioning Theme Lot.

Potential providers may bid for one or more Theme Lots within the overarching commissioning Themes. Providers must be capable of providing all elements within a Theme Lot. Theme Lots will not be further divided.

Potential providers are required to submit responses for each Theme Lot they are applying for.

The Authority is disclosing the budget available for all requirements within each Commissioning Theme Lot. Tenderers will be required to set out in their Tender which Theme Lot/s they are bidding for.

Contract Term: Initial term of 3 years plus 2 further extensions of up to 12 months each (3+1+1 = 5 years)

Potential bidders should register their interest in this tender through the London Tenders Portal by

Pro Contract. You can register an account for free at London Tender Portal (https://www.londontenders.org)

two.1.5) Estimated total value

Value excluding VAT: £2,790,715

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

Dementia Advice & Support Services

Lot No

6a

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Lot 6a - Dementia Advice & Support Services

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) to procure a Dementia Advice and Support service.

The Service Provider will be delivering the following elements:

● Tailored Information, Advice & Guidance for people living with dementia or Mild

Cognitive Impairment (MCI)

● Peer Support groups (people living with dementia/ MCI / people with young onset

dementia & carers)

● ‘Check in’ Support Service (people living with dementia)

● Information sessions and support for carers

● Dementia friendly community programme: The aim is to develop a community which is

dementia friendly to allow people to live well and remain part of the community

The above service model was informed and developed following engagement with residents,

providers and front line teams.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £693,190

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

Duration in months

36

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: Yes

Description of options

Option to extend for two further periods of up to 12 months each (1+1)

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

Mental Health Support

Lot No

6b

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Lot 6b - Mental Health Support

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) to procure a Mental Health Support service.

The Service Provider will be delivering the following elements:

● Information, Advice & Guidance

● One to one support

● Peer Support groups *for individuals not known to South West London and St George’s Mental Health

● Drop in Cafe

● Mental Health Awareness Training

● Counselling

● Champions for Change

The above service model was informed and developed following engagement with residents,

providers and front line teams.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £773,175

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

Duration in months

36

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: Yes

Description of options

Option to extend for two further periods of up to 12 months each (1+1)

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

Bereavement Counselling & Support Services

Lot No

6c

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Lot 6c - Bereavement Counselling & Support Services

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) and Achieving for Children (AfC) to procure an Adults,

Children and Young People Bereavement Counselling & Support service.

The Service Provider will be delivering the following elements:

● One to one Counselling to Adults & Children

● Group Support to Adults & Children

● Peer Support to Adults

● Information and Advice support

● Educational Workshops

The above service model was informed and developed following engagement with residents,

providers and front line teams.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £531,460

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

Duration in months

36

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: Yes

Description of options

Option to extend for two further periods of up to 12 months each (1+1)

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

Integrated Advocacy

Lot No

9a

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

Lot 9a - Integrated Advocacy

The Royal Borough of Kingston upon Thames aims to procure an Integrated Advocacy Model.

The Provider will be delivering the following advocacy disciplines:

● Independent Mental Health Advocacy (IMHA).

● Independent Mental Capacity Advocacy (IMCA).

● Independent Care Act Advocacy (CAA).

● Relevant Person’s Representatives (RPR).

● Independent Health Complaints Advocacy.

● Appropriate Adult (AA).

The above service model was informed and developed following engagement with residents,

providers and front line teams.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £792,890

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

Duration in months

36

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: Yes

Description of options

Option to extend for two further periods of up to 12 months each (1+1)

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

8 May 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

8 May 2024

Local time

12:00pm


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 High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom