Tender

Islington – Integrated Voluntary and Community Services (VCS Services)

  • North East London NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-025202

Procurement identifier (OCID): ocds-h6vhtk-034aed

Published 8 September 2022, 10:37am



Section one: Contracting authority

one.1) Name and addresses

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Contact

Dominic Caddle

Email

Procurement@nelft.nhs.uk

Telephone

+44 3005551201

Country

United Kingdom

Region code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://www.nelft.nhs.uk

Buyer's address

https://www.nelft.nhs.uk

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

Islington – Integrated Voluntary and Community Services (VCS Services)

Reference number

C101531

two.1.2) Main CPV code

  • 75200000 - Provision of services to the community

two.1.3) Type of contract

Services

two.1.4) Short description

Community Mental Health Services in Islington are transforming.
Camden and Islington NHS Foundation Trust (C&I) are seeking to commission Voluntary
Community Sector (VCS) partners to work with us in Islington to deliver this ambition of a
radically redesigned offer for people who are living with moderate to severe mental illness
and complex needs.
We want to offer a truly integrated service with secondary mental health, the VCS, primary
care, social care and community assets and physical health provision working together to
support the whole population through a combination of prevention, supporting people to
stay well and responsiveness to changes in need.

two.1.5) Estimated total value

Value excluding VAT: £1,485,000

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

Tender Submission - Lot 1 - Key Working

Lot No

1

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 75200000 - Provision of services to the community
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

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

Camden and Islington NHS Foundation Trust, 4 St. Pancras Way, London NW1 0PE

two.2.4) Description of the procurement

Please upload and attach both your technical and commercial response if bidding for Lot 1 only.

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: £810,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract term is expected to be 3 years, with an option to extend for up to a further 2 years, subject to contract performance and financial approval.

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

two.2) Description

two.2.1) Title

Tender Submission - Lot 2 - Welfare Rights

Lot No

2

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

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

Camden and Islington NHS Foundation Trust, 4 St. Pancras Way, London NW1 0PE

two.2.4) Description of the procurement

Please upload and attach both your technical and commercial response if bidding for Lot 2 only.

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: £270,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract term is expected to be 3 years, with an option to extend for up to a further 2 years, subject to contract performance and financial approval.

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

two.2) Description

two.2.1) Title

Tender Submission - Lot 3 - Neighbourhood Partnership Builder

Lot No

3

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

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

Camden and Islington NHS Foundation Trust, 4 St. Pancras Way, London NW1 0PE

two.2.4) Description of the procurement

Please upload and attach both your technical and commercial response if bidding for Lot 3 only.

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: £405,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract term is expected to be 3 years, with an option to extend for up to a further 2 years, subject to contract performance and financial approval.

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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-017479

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 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

Tender must be valid until: 5 January 2023

four.2.7) Conditions for opening of tenders

Date

21 October 2022

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

VCS partners will work as fully integrated members of our Core Community Mental Health
Teams in Camden and Islington and will be expected to deliver these elements as part of the
service:
1. Neighbourhood partnership Builder - building relationships with the local communities
through significant outreach and engagement work
2. Welfare Rights offering support through specialist welfare benefits advice, casework and
3. Key Working - supporting individuals who cannot engage with services in the usual
way to offer support that is important to them, recognising this may not be clinical support.
The contract term is expected to be 3 years, with an option to extend for up to a further 2
years, and it is currently anticipated that contracts will commence on 3rd of April 2023.

six.4) Procedures for review

six.4.1) Review body

Camden and Islington NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.candi.nhs.uk/

six.4.2) Body responsible for mediation procedures

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.nelft.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As stated within ITT documentation.

six.4.4) Service from which information about the review procedure may be obtained

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Country

United Kingdom

Internet address

https://www.nelft.nhs.uk