Tender

Dynamic Purchasing Vehicle for the provision of supported living services for adults with learning disability, mental health and autism

  • London Borough of Redbridge

F02: Contract notice

Notice identifier: 2024/S 000-031876

Procurement identifier (OCID): ocds-h6vhtk-04a5df

Published 4 October 2024, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Redbridge

Lynton House , 255-259 High Road

Ilford

IG1 1NY

Contact

- Gemma Edwards

Email

Gemma.Edwards@walthamforest.gov.uk

Telephone

+44 7810501769

Country

United Kingdom

Region code

UKI53 - Redbridge and Waltham Forest

Internet address(es)

Main address

http://www.redbridge.gov.uk/

Buyer's address

http://www.redbridge.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/

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/

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

Dynamic Purchasing Vehicle for the provision of supported living services for adults with learning disability, mental health and autism

Reference number

DN745470

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council of the London Borough of Redbridge (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Systems for the provision of External Day Opportunities.

The service shall commence on 1st May 2025 and shall continue up to and including 30th April 2029 (“the Contract Period”).

A new commissioning model for supported living services for adults with learning disabilities, mental health and autism has been co-designed with our residents, practitioners, providers and carers. The model is strengths based and focuses on achieving improved outcomes for people; preventing people’s ‘needs escalating, whilst supporting people to maximise their independence. The approach enables providers to work closely with individuals who are referred into their services, to create a bespoke offer for each individual which addresses what is important to them and delivers services which the Council, providers and people themselves will be able to measure. The progression pathway is embedded in the supported

living model. It is a person-centred approach which embeds and encourage concept that ‘Supported Living’ is a part of a person’s journey and not the destination. It recognises that every person with a Learning Disability, Mental Health condition or Autism has the potential and opportunity to move to a higher level of functioning if they are given the appropriate care and support.

The practice is based on:

• Focussing on strengths, rather than a deficit based, assessment and support planning.

• With an emphasis on improving and sustaining independence living abilities.

• Recognising the difference between maintenance and development needs.

• Use goal directed support planning.

• Undertake outcome focused reviews.

• Take a positive risk management.

Some of the outcomes that the council, residents and providers will be able to measure include:

? Ensuring quality of life for people with care and support needs.

? Delaying and reducing the need for care and support.

? Ensuring that people have a positive experience of care and support.

? Safeguarding adults whose circumstances make them vulnerable and protect them from avoidable harm.

The Dynamic Purchasing Vehicle is divided into three (3) separate Lots as follows:

LOT 1: LOW AND MEDIUM NEEDS

LOT 2: HIGH AND SPECIALIST NEEDS

LOT 3: COMPLEX AND BESPOKE NEEDS

two.1.5) Estimated total value

Value excluding VAT: £66,000,000

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

Lot 1: Low and Medium Needs

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

The Council of the London Borough of Redbridge (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Systems for the provision of External Day Opportunities.

The service shall commence on 1st May 2025 and shall continue up to and including 30th April 2029 (“the Contract Period”).

A new commissioning model for supported living services for adults with learning disabilities, mental health and autism has been co-designed with our residents, practitioners, providers and carers. The model is strengths based and focuses on achieving improved outcomes for people; preventing people’s ‘needs escalating, whilst supporting people to maximise their independence. The approach enables providers to work closely with individuals who are referred into their services, to create a bespoke offer for each individual which addresses what is important to them and delivers services which the Council, providers and people themselves will be able to measure. The progression pathway is embedded in the supported

living model. It is a person-centred approach which embeds and encourage concept that ‘Supported Living’ is a part of a person’s journey and not the destination. It recognises that every person with a Learning Disability, Mental Health condition or Autism has the potential and opportunity to move to a higher level of functioning if they are given the appropriate care and support.

The practice is based on:

• Focussing on strengths, rather than a deficit based, assessment and support planning.

• With an emphasis on improving and sustaining independence living abilities.

• Recognising the difference between maintenance and development needs.

• Use goal directed support planning.

• Undertake outcome focused reviews.

• Take a positive risk management.

Some of the outcomes that the council, residents and providers will be able to measure include:

? Ensuring quality of life for people with care and support needs.

? Delaying and reducing the need for care and support.

? Ensuring that people have a positive experience of care and support.

? Safeguarding adults whose circumstances make them vulnerable and protect them from avoidable harm.

The Dynamic Purchasing Vehicle is divided into three (3) separate Lots as follows:

LOT 1: LOW AND MEDIUM NEEDS

The Authority are looking for suppliers who can support people with low level needs with aspects of their daily living. The people have a diagnosis of a learning disability and or, mental health and or autism. This may include people who are receiving S117 aftercare support. People in LOT1 will require support with the following tasks which may include and not limited to:

• Claiming benefits, income maximisation and budgeting,

• Prompting or managing and maintaining personal hygiene,

• Maintaining home environment,

• Enabling social inclusion and community integration,

• Maintaining adequate nutrition, meal planning and/or meal preparation,

• Medication compliance (prompting or administration),

• Managing and maintaining tenancy,

• Support to access gainful daytime such as employment, training or leisure activities,

• Develop capabilities and skills to progress to independent living

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

No

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: High and Specialist Needs

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

The Council of the London Borough of Redbridge (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Systems for the provision of External Day Opportunities.

The service shall commence on 1st May 2025 and shall continue up to and including 30th April 2029 (“the Contract Period”).

A new commissioning model for supported living services for adults with learning disabilities, mental health and autism has been co-designed with our residents, practitioners, providers and carers. The model is strengths based and focuses on achieving improved outcomes for people; preventing people’s ‘needs escalating, whilst supporting people to maximise their independence. The approach enables providers to work closely with individuals who are referred into their services, to create a bespoke offer for each individual which addresses what is important to them and delivers services which the Council, providers and people themselves will be able to measure. The progression pathway is embedded in the supported

living model. It is a person-centred approach which embeds and encourage concept that ‘Supported Living’ is a part of a person’s journey and not the destination. It recognises that every person with a Learning Disability, Mental Health condition or Autism has the potential and opportunity to move to a higher level of functioning if they are given the appropriate care and support.

The practice is based on:

• Focussing on strengths, rather than a deficit based, assessment and support planning.

• With an emphasis on improving and sustaining independence living abilities.

• Recognising the difference between maintenance and development needs.

• Use goal directed support planning.

• Undertake outcome focused reviews.

• Take a positive risk management.

Some of the outcomes that the council, residents and providers will be able to measure include:

? Ensuring quality of life for people with care and support needs.

? Delaying and reducing the need for care and support.

? Ensuring that people have a positive experience of care and support.

? Safeguarding adults whose circumstances make them vulnerable and protect them from avoidable harm.

The Dynamic Purchasing Vehicle is divided into three (3) separate Lots as follows:

LOT 2: HIGH AND SPECIALIST NEEDS

The Authority are looking for suppliers who can support who have a diagnosis of a learning disability and or mental health condition and or autism. People may have additional conditions which may need specialist support. The specialisms will include challenging behaviour, acquired brain injury, complex epilepsy, Prader Willi syndrome, Korsakoff syndrome, substance misuse and dual diagnosis. People in LOT 2 may have multiple and interacting mental health conditions e.g. personality disorder. Some people may be actively using substances, may have chaotic lifestyles and presentations, may have experienced domestic abuse and other types of abuse which results in a history of trauma and are at risk of relapse. This may include people who are receiving S117 aftercare support.

Providers will be required support people with all the tasks outlined for Lot 1 with the addition of:

• Regular supervision throughout the day,

• Behaviour management eg psychologist implemented behavioural, drug and alcohol safety plan,

• Support with eating, feeding, personal care, continence care,

• Medication administration,

• Develop skills to become independent or more independent with activities,

• Supported recovery setting to achieve their aspirations by building upon their strengths, skills and knowledge,

• Intense support to achieve personal recovery, an appropriate, assertive support response is needed to ensure prevention of escalation and support progression.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £24,000,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

No

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: Complex and Bespoke Needs

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest

two.2.4) Description of the procurement

The Council of the London Borough of Redbridge (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Systems for the provision of External Day Opportunities.

The service shall commence on 1st May 2025 and shall continue up to and including 30th April 2029 (“the Contract Period”).

A new commissioning model for supported living services for adults with learning disabilities, mental health and autism has been co-designed with our residents, practitioners, providers and carers. The model is strengths based and focuses on achieving improved outcomes for people; preventing people’s ‘needs escalating, whilst supporting people to maximise their independence. The approach enables providers to work closely with individuals who are referred into their services, to create a bespoke offer for each individual which addresses what is important to them and delivers services which the Council, providers and people themselves will be able to measure. The progression pathway is embedded in the supported

living model. It is a person-centred approach which embeds and encourage concept that ‘Supported Living’ is a part of a person’s journey and not the destination. It recognises that every person with a Learning Disability, Mental Health condition or Autism has the potential and opportunity to move to a higher level of functioning if they are given the appropriate care and support.

The practice is based on:

• Focussing on strengths, rather than a deficit based, assessment and support planning.

• With an emphasis on improving and sustaining independence living abilities.

• Recognising the difference between maintenance and development needs.

• Use goal directed support planning.

• Undertake outcome focused reviews.

• Take a positive risk management.

Some of the outcomes that the council, residents and providers will be able to measure include:

? Ensuring quality of life for people with care and support needs.

? Delaying and reducing the need for care and support.

? Ensuring that people have a positive experience of care and support.

? Safeguarding adults whose circumstances make them vulnerable and protect them from avoidable harm.

The Dynamic Purchasing Vehicle is divided into three (3) separate Lots as follows:

LOT 3: COMPLEX AND BESPOKE NEEDS

The Authority are looking for suppliers who can support people with a diagnosis of a learning disability, mental health condition and/or autism. People in LOT 3 have very complex needs and require individually bespoke support with accommodation. This includes Transforming Care Partnership (TCP) who have very complex needs who require individually bespoke support with accommodation. People may be discharged from having ben assessed in hospital and treated in hospital or secure units for a long time with complex behaviour needs, who have had care packages breakdown multiple times, are jointly funded with health, have a history of offending or high-risk behaviour.

Providers will be required to support people with all the tasks outlined for Lot 2 with the addition of:

• 1-2-1 or more support or supervision on a 24-hour basis.

• Behaviour management on a daily basis.

• Highly coordinated and regular review support planning to manage their lives in the short and long term.

• Successfully managing transitions from assessment and transitions units into the community.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £12,000,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

No

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

Date

4 November 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

4 November 2024

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

High Court of England and Wales Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom