Section one: Contracting authority
one.1) Name and addresses
Kent County Council
County Hall
Maidstone
ME14 1XQ
Contact
Mrs Keri Spring
Country
United Kingdom
NUTS code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
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