Tender

HAC5750 MENTAL HEALTH SUPPORTED LIVING SERVICES

  • Tower Hamlets

F02: Contract notice

Notice identifier: 2021/S 000-031293

Procurement identifier (OCID): ocds-h6vhtk-0301b4

Published 15 December 2021, 4:58pm



The closing date and time has been changed to:

7 February 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Tower Hamlets

Mulberry Place

London

E14 2BG

Contact

Mr Ian Murphy

Email

ian.murphy@towerhamlets.gov.uk

Telephone

+44 2073640785

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.towerhamlets.gov.uk

Buyer's address

http://www.towerhamlets.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=75570d02-e559-ec11-810e-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=75570d02-e559-ec11-810e-005056b64545

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

HAC5750 MENTAL HEALTH SUPPORTED LIVING SERVICES

Reference number

DN586161

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Mental Health Supported Living Services (MHSLS) are intended for service users with a mental health need some of whom have multiple and/ or enduring needs. With an emphasis on supporting the transition for service users who may have had a significant admission to institutional care, the service will have a strong focus on supporting service users with their journey towards recovery and independence. Prior to admission, all users will be subject to a Care Act assessment.

1.2. The Local Authority seeks to commission three individual mental health supported living services split into three distinct lots:

1.2.1. Lot 1: 19 units of supported accommodation split between offering high support and step-down provision. The service is required to ensure there is a psychological and physical distinction between the high support and move on/stepdown units ensuring that staff and service users are able to clearly identify the step-down schemes as a step on their journey along the pathway to greater independence. The emphasis of the service is on preparing individuals to move on to independence and from the outset of an individual’s tenancy the focus of the support is on preparing them for their journey of independence over an agreed period of time. Generally, up to 2 years in high support and 2 years in step down facility. A support service is provided 24 hours a day 365 days per year with tailored flexible support delivered in accordance with need. No less than 36 units of high support accommodation with a minimum of 8 units having sufficient facilities to provide regulated care activities including but not limited to: personal care, meal provision and appointeeships. This contract does not include a built-in step-down function and is designed to support those with multiple and enduring needs.

1.2.2. Lot 2: 32 units of high support accommodation with a minimum of 8 units having sufficient facilities to provide regulated care activities including but not limited to: personal care, meal provision and appointeeships. This contract does not include a built-in step-down function and is designed to support those with multiple and enduring needs.

1.2.3. Lot 3: 20 units of supported accommodation and a floating support compliment for 19 units independent units located within the borough. The high support service will offer an office base for floating support staff and allow for office-based working such as drop ins, meetings. The high support service will provide a stepping stone from residential care, from or to other supported accommodation, to enable discharge from hospital, or to prevent hospital admission - supporting the individual’s recovery along the accommodation pathway and into independent living. Whilst the floating support function will aim to enable long term tenancy sustainment, skills development, and community inclusion.

1.3. These contracts will help achieve the Tower Hamlets Health and Well-being Board’s vision for improving outcomes for people with mental health problems in the borough and takes a life course approach considering how the population can be supported to be mentally healthy “from cradle to grave”. Outcomes for these services will demonstrate the 6 shared objectives of the strategy which are: -

• More people will have good mental health

• More people with mental health problems will recover

• More people with mental health problem will have good physical health

• More people will have a positive experience of care and support

• Fewer people will suffer avoidable harm

• Fewer people will experience stigma and discrimination.

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

Lot 1: 19 units of supported accommodation split between offering high support and step-down provision.

Lot No

1

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1: 19 units of supported accommodation split between offering high support and step-down provision. The service is required to ensure there is a psychological and physical distinction between the high support and move on/stepdown units ensuring that staff and service users are able to clearly identify the step-down schemes as a step on their journey along the pathway to greater independence. The emphasis of the service is on preparing individuals to move on to independence and from the outset of an individual’s tenancy the focus of the support is on preparing them for their journey of independence over an agreed period of time. Generally, up to 2 years in high support and 2 years in step down facility. A support service is provided 24 hours a day 365 days per year with tailored flexible support delivered in accordance with need. No less than 36 units of high support accommodation with a minimum of 8 units having sufficient facilities to provide regulated care activities including but not limited to: personal care, meal provision and appointeeships. This contract does not include a built-in step-down function and is designed to support those with multiple and enduring needs.

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: £1,609,738

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

Option to extend for further two periods of 12 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

two.2) Description

two.2.1) Title

Lot 2: 32 units of high support accommodation with a minimum of 8 units having sufficient facilities to provide regulated care activities

Lot No

2

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: 32 units of high support accommodation with a minimum of 8 units having sufficient facilities to provide regulated care activities including but not limited to: personal care, meal provision and appointeeships. This contract does not include a built-in step-down function and is designed to support those with multiple and enduring needs.

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: £2,864,922

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

Option to extend for further two periods of 12 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

two.2) Description

two.2.1) Title

Lot 3: 20 units of supported accommodation and a floating support compliment for 19 units independent units located within the borough.

Lot No

3

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3: 20 units of supported accommodation and a floating support compliment for 19 units independent units located within the borough. The high support service will offer an office base for floating support staff and allow for office-based working such as drop ins, meetings. The high support service will provide a stepping stone from residential care, from or to other supported accommodation, to enable discharge from hospital, or to prevent hospital admission - supporting the individual’s recovery along the accommodation pathway and into independent living. Whilst the floating support function will aim to enable long term tenancy sustainment, skills development, and community inclusion.

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: £1,890,305

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

Option to extend for further two periods of 12 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

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Originally published as:

Date

24 January 2022

Local time

12:00pm

Changed to:

Date

7 February 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

24 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice The Royal Courts of Justice,

Strand

London

WC2A 2LL

Country

United Kingdom