Contract

Provision of Mental Health Crisis House Service

  • NHS North Central London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-013321

Procurement identifier (OCID): ocds-h6vhtk-04fde2 (view related notices)

Published 7 April 2025, 11:03am



Section one: Contracting authority

one.1) Name and addresses

NHS North Central London Integrated Care Board

Laycock PDC, Laycock Street

London

N1 1TH

Email

nclicb.nclcontractqueries@nhs.net

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board

Buyer's address

https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board

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

Provision of Mental Health Crisis House Service

Reference number

C352097

two.1.2) Main CPV code

  • 85121270 - Psychiatrist or psychologist services

two.1.3) Type of contract

Services

two.1.4) Short description

Highbury Grove Recovery House is an accommodation-based service for men experiencing a mental health crisis which works closely alongside the North London NHS Foundation Trust.

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: £753,823

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Provision of service in London Borough of Haringey and Islington

two.2.4) Description of the procurement

The notice relates to Highbury Grove Recovery House is an accommodation-based service for men experiencing a mental health crisis which works closely alongside the North London NHS Foundation Trust.
There are 12 bedrooms available, and individuals can stay at the service for up to 14 days, working towards their recovery goals in a non-clinical environment, with the support of trained Recovery Workers and ongoing involvement from the Crisis Team. Non-clinical crisis house, albeit enhanced through the input of clinical staff (psychiatric & psychological input) where appropriate to provide support around tasks such as medication reviews and psychological treatments. During their stay individuals will have access to daily 1-1 support, a range of activities to support and promote recovery (such as art, creative writing and mindfulness sessions) and the opportunity to interact with others in a similar position. Cooking and eating together with staff and other residents is encouraged throughout the stay. Upon discharge individuals will leave with a co-produced safety plan and will receive an aftercare support package facilitated by re-settlement and re-integration workers, who can help support people back into their local community. Any professional in NLFT can make a referral and self-referrals are also accepted.
This notice is an intention to award a contract to the existing provider following direct award process C.
The lifetime value of the contract is £753,823
The expiring contract ends 31 March 2025
The contract term will be 1 year with no option to extend.
The contract will start on 01/04/2025 and end 31/03/2026.

two.2.5) Award criteria

Price

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

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

  • New works/services, constituting a repetition of existing works/services

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 22 April 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: Yes


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

4 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

Hestia Housing and Support

Beaufort House, 15 St Botolph St, London EC3A 7BB

London

SE1 1LB

Telephone

+44 7896240666

Country

United Kingdom

NUTS code
  • UKI41 - Hackney and Newham
National registration number

02020165

Internet address

http://hestia.org

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: £753,823

Lowest offer: £753,823 / Highest offer: £753,823 taken into consideration


Section six. Complementary information

six.3) Additional information

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.
Representations by providers must be made to decision makers by 22 April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to nclicb.nclcontractqueries@nhs.net
• The decision to award the contract was made by the Chief Strategy & Population Health Officer.
• No declarations of actual, or potential interests by those officers involved in this decision.
• The incumbent provider has delivered the following key criteria
1: Quality and Innovation with a value of 26% by achieving the contractual KPIs,
2: Value with a score of 16% by providing a service that is value for money compared to other providers,
3: Integration, collaboration and service sustainability with a value of 17% by collaborative working within the local system,
4: Improving access, reducing health inequalities and facilitating choice with a value of 18% by reducing health inequalities,
5: Social Value with a value of 6% by ensuring the provider is meeting London Living Wage (LLW).
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.
The authority has selected and weighted the above key criteria in line with the perceived importance of each of the criterion. The provider has been selected based on the combined scores which confirms the providers ability to continue to fulfil the contract in line with PSR - Direct Award Process C

six.4) Procedures for review

six.4.1) Review body

NHS London Commercial Hub

UNEX Tower 5 Station Street

London

E15 1DA

Country

United Kingdom