Contract

Supported Accommodation in Swindon to Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

  • NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-012845

Procurement identifier (OCID): ocds-h6vhtk-04fcc5

Published 3 April 2025, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Chippenham

Email

donnaharrington@nhs.net

Country

United Kingdom

Region code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

NHS Organisation Data Service

92G

Internet address(es)

Main address

https://bsw.icb.nhs.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supported Accommodation in Swindon to Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Reference number

W181557

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision for a 10 bedded supported accommodation in Swindon, providing 24-hour support and supervision for service users accepted as being suitable for non-nursing based input, including accommodation in a homely environment. Delivering a recovery based approach with the aspects of choice, self-determination, personalisation and social inclusion as the paramount philosophies and outputs. The service is provided for ages 18 year+.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £89,107

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board ("the ICB") is directly awarding an interim contract to the existing provider Rethink Mental Illness in accordance with the criteria outlined in Regulation (9) of the Health Care Services (Provider Selection Regime) Regulations 2023 whilst commissioners complete a Provider Selection Regime Most Suitable Provider process.

The service is responsible for providing 10 bedded accommodation in a residential area which offers 24-hour support and supervision for service users accepted as being suitable for non-nursing based input, in a homely environment. The input is a recovery-based approach with the aspects of choice, self-determination, personalisation and social inclusion as the paramount philosophies and outputs. The service is provided for ages 18 years+. The service must be CQC registered and is required to have appropriately trained workforce.

Using a collaborative, recovery focused, multidisciplinary approach this service will:

• Provide 24-hour support and supervision for service users who do not require frequent or regular qualified nursing-based input, in accommodation with a homely environment.

• The input will be of a recovery-based approach with the aspects of choice, self-determination, personalisation and social inclusion as the paramount philosophies and outputs.

• Mental health Care Coordination will be provided by secondary mental health services, with proactive collaboration by both providers essential to achieving the service objectives and assist clients to move along the pathway.

• Timely stepping up and down through the pathway as needed to ensure changes in presentation are identified and managed to prevent distress to the individual, management of risk and reduction in the chance of placement breakdown.

• Provide support access to local networks i.e. community and social services to help re-establish previous social contacts or make new support networks within the neighbourhood.

• Provide some support with management of personal care but will not undertake it directly for the service user.

• Delivering independence through the provision of secure, stable and flexible environments which enable greater independent living whilst simultaneously providing bespoke support packages.

• To maximise recovery to enable transition towards more independent living options.

The service will:

The service will work with clients to improve their wellbeing and functioning, both within the home and their community by:

• Providing a supportive, positive and stable environment.

• Providing person centred support plans that will identify strengths, maximise opportunity, encourage aspiration, support self-management and enable recovery through agreed goals and pathway.

• Working in partnership with all agencies to enable holistic needs to be met and collaboratively identifying and managing changes in functioning or mental state.

• Enabling clients to live a normal life as far as possible, be safe and feel secure.

• Enabling and encouraging clients to be included in the local community and activities.

• Enabling access to appropriate up to date information, advice and support to meet needs.

• Supporting and encouraging clients to access appropriate physical healthcare.

• Supporting clients to access smoking cessation services.

• Positively supporting clients to encourage smoking cessation and management within the home.

• Supporting clients with treatment regimes, including medication and safe storage.

• Supporting clients to maintain their immediate environment.

• Providing services built around the needs of each individual, acknowledging their carer(s) and families.

• Promoting and enabling recovery, well-being and social inclusion.

• Enabling clients to be free from stigma or discrimination.

• Demonstrating quality in practice and in the experience of people using services.

• Evidence positive outcomes for people who use the service.

• Evidence feedback and learning from clients, their families and friends, staff and also from incidents to continually provide service improvements.

• Promoting positivity and innovation in the workforce.

The service is required to work closely, proactively and, where possible, collaboratively, to ensure that the client is placed at the centre of services that wrap around.

The contract will be for three months between1st April 30th 2025 to June 2025) with a lifetime value of £89,107.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100%

Price - Weighting: 0

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 16/04/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 April 2025

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Rethink Mental Illness

London

Country

United Kingdom

NUTS code
  • UKI - London
Charity Commission (England and Wales)

271028

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £89,107

Total value of the contract/lot: £89,107


Section six. Complementary information

six.3) Additional information

The rationale for choosing the provider with reference to the key criteria was based on the current provider is CQC Registered and last inspected on 31st July 2019 and achieved a rating as good in all areas and is delivering services as per the service specification.

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 16/04/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Representations should be emailed to donnaharrington@nhs.net

six.4) Procedures for review

six.4.1) Review body

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Chippenham

Country

United Kingdom