Opportunity

SC220098 Community Mental Health and Wellbeing Service (Live Well Kent and Medway)

  • Kent County Council

F02: Contract notice

Notice reference: 2022/S 000-011423

Published 4 May 2022, 9:11am



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Mrs Keri Spring

Email

keri.spring@kent.gov.uk

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

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

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk/

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

SC220098 Community Mental Health and Wellbeing Service (Live Well Kent and Medway)

Reference number

DN607017

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Kent County Council (KCC), Kent & Medway Clinical Commissioning Group (CCG) and Medway Council are working in partnership to commission an integrated Community Mental Health and Wellbeing service.

Key aims of the service are to; aid recovery and prevent relapse, improve health and social care outcomes for individuals with poor mental health and wellbeing, prevent suicide and reduce the stigma of mental illness.

The vision for the service is to keep people well and provide a holistic offer of support for individuals living with and without a mental health diagnosis, in line with national and local guidance and protocols.

The service will provide person centred support which champions mental wellbeing within communities.

The service will be delivered by a Strategic Partner model with a diverse network of providers (Delivery Network).

There will be five separate contracts (Lots) as shown below:

Health and Care Partnership Area Lots:

• Lot 1: Dartford, Gravesham, and Swanley Health and Care Partnership Area

• Lot 2: Medway and Swale Health and Care Partnership Area

• Lot 3: West Kent Health and Care Partnership Area

• Lot 4: East Kent Health and Care Partnership Area

Kent and Medway Wide Service Specific Lot:

• Lot 5: Management of 24hr Telephone and Online Support

The Contracts will commence on 1 April 2023 and will run for a period of three years (expiring 31 March 2026), with the option for one extension of up to two years at the discretion of the Council, unless terminated in accordance with the published Conditions of Contract.

two.1.5) Estimated total value

Value excluding VAT: £20,525,616

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot No

1-5

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC), Kent & Medway Clinical Commissioning Group (CCG) and Medway Council are working in partnership to commission an integrated Community Mental Health and Wellbeing service.

Key aims of the service are to; aid recovery and prevent relapse, improve health and social care outcomes for individuals with poor mental health and wellbeing, prevent suicide and reduce the stigma of mental illness.

The vision for the service is to keep people well and provide a holistic offer of support for individuals living with and without a mental health diagnosis, in line with national and local guidance and protocols.

The service will provide person centred support which champions mental wellbeing within communities.

The service will be delivered by a Strategic Partner model with a diverse network of providers (Delivery Network).

The Strategic Partner will hold the contract with KCC, CCG and Medway Council and be ultimately responsible for the delivery of the Service through the implementation and development of a sustainable Delivery Network.

The Strategic Partner will need to demonstrate their commitment to procuring and maintaining a Delivery Network though a range of Delivery Partners.

The Strategic Partner will take on a market stewardship role to build capacity and sustainability within the delivery network, which will be funded through the contract.

There will be five separate contracts (Lots) as shown below:

Health and Care Partnership Area Lots:

• Lot 1: Dartford, Gravesham, and Swanley Health and Care Partnership Area

• Lot 2: Medway and Swale Health and Care Partnership Area

• Lot 3: West Kent Health and Care Partnership Area

• Lot 4: East Kent Health and Care Partnership Area

Kent and Medway Wide Service Specific Lot:

• Lot 5: Management of 24hr Telephone and Online Support

The Contracts will commence on 1 April 2023 and will run for a period of three years (expiring 31 March 2026), with the option for one extension of up to two years at the discretion of the Council, unless terminated in accordance with the published Conditions of Contract.

The procurement process KCC is undertaking to procure the required services is a Competitive Procedure with Negotiation. This procurement is being run under the light touch regime.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £20,525,616

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

Start date

1 April 2023

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

One optional extension of up to two years (24 months)

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 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

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

1 June 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 July 2022

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: 3 (from the date stated for receipt of tender)


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

Kent County Council

Maidstone

Country

United Kingdom