Tender

Mental Health Supported Living-Phase 2- Camden Council

  • London Borough of Camden

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039713

Procurement identifier (OCID): ocds-h6vhtk-055ed1

Published 14 July 2025, 3:57pm



Scope

Reference

MHSL Phase 2

Description

This procurement is Phase 2 of the Mental Health Supported Living (MHSL) procurement. MHSL will provide accommodation-based support for people with serious mental illness (SMI), which includes conditions such as psychotic disorders (including schizophrenia), bipolar disorder and personality disorder. The MHSL Pathway will support people to develop independent living skills, progress their mental health recovery and move away from homelessness/housing precarity and into their own home.

Phase 2 has two Lots which are:

Lot 1. Mental Health Supported Living Central Locality

Lot 2. Mental Health Supported Living South Locality

Total value (estimated)

  • £17,026,520 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2031
  • Possible extension to 31 March 2033
  • 7 years

Description of possible extension:

The contract may be extended, at the sole discretion of the Council, for one extension of two years in length.

Main procurement category

Services

CPV classifications

  • 85311000 - Social work services with accommodation

Contract locations

  • UKI31 - Camden and City of London

Lot constraints

Maximum number of lots a supplier can be awarded: 1

Description of how multiple lots may be awarded:

The Tender will result in one Tenderer for Central (Lot 1) and one Tenderer for South (Lot 2). Tenderers are entitled to submit a Tender for one or both lots. Tenderers are to state their preferred Lot in the Form of Tender that they wish to be awarded the Contract for should their Tender be the most advantageous tender for a Lot by indicating "1" against their first preferred lot and "2" against their second preferred Lot. Where a Tenderer does not intend to submit a Tender for a Lot, they should put an "N/A" against that Lot.

The Tender process will be conducted to ensure that Tenders are evaluated fairly to ascertain the most advantageous tender for each Lot. Following the Tender process for each Lot, the Authority will award the Contract to the successful Tenderer for Lot 1 first, then Lot 2. Therefore, a Tenderer can win Lot 1 but not Lot 2. Lot 2 would then be offered to the next highest scoring tenderer regardless of their preference for Lot 2.


Lot 1. Mental Health Supported Living - Central Locality

Description

The service is for people with high support needs. The service will be locality based connecting residents to their local communities. Please see Schedule two Specification for more details of this service.

The Mental Health Supported Living Central Locality (Lot 1) service will provide the service within no less than 44 lettable units in a cluster of properties identified by the Provider within the locality that is broadly aligned to the Central Integrated Neighbourhood Teams. The landlord of identified properties must be a Registered Provider.

Tenderers must pass all the pass/fail property criteria as set out in Schedule 4B. If this does not happen the submission will fail.

The service will provide at least 44 lettable units. Please see property description in Schedule 4b for further details.

The maximum annual budget for this Lot 1 is £1,148,960. The Authority reserves the right to reject any Tender with a tender price in excess of this budget in any year of the Contract Term for the service."

Lot value (estimated)

  • £8,042,720 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. South Locality

Description

The service is a combination of high and low support. The service will be locality based, connecting residents to their local communities.

The Mental Health Supported Living South Locality (Lot 2) will provide services in 36 high support and 22 low support units across a cluster of properties within the locality that are broadly aligned to the South Integrated Neighbourhood Teams.

Lot value (estimated)

  • £8,983,800 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot 1. Mental Health Supported Living - Central Locality

Lot 2. South Locality

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

20 August 2025, 12:00pm

Tender submission deadline

27 August 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

4 November 2025


Award criteria

Lot 1. Mental Health Supported Living - Central Locality

This table contains award criteria for this lot
Name Description Type Weighting
Price Price 40%
Service Methodology Quality 17%
Staffing Structure, Standards and Management Quality 10%
Social Value Quality 10%
Partnership Working Quality 5%
Equality Diversity and Inclusion Quality 4%
Property Management

Please also note that there is also another Criteria: Business Continuity that is evaluated as pass/fail

Quality 4%
Presentation Quality 4%
Implementation Quality 3%
Resident and Family Engagement Quality 3%

Lot 2. South Locality

This table contains award criteria for this lot
Name Description Type Weighting
Price Price 40%
Service Methodology Quality 17%
Staffing Structure, Standards and Management Quality 10%
Social Value Quality 10%
Partnership Working Quality 5%
Equality, Diversity and Inclusion Quality 4%
Property Management

Please note there is another criteria: Business Continuity which is evaluated as pass/fail.

Quality 4%
Presentation Quality 4%
Implementation Quality 3%
Resident and Family Engagement Quality 3%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch

Justification for not publishing a preliminary market engagement notice

A Market Testing Event was held on 4th December 2025

The tender documents include the presentation given and a market testing questions and answers document.

As the event took place before February 2025 the Council cannot link to the notice.


Contracting authority

London Borough of Camden

  • Public Procurement Organisation Number: PZXL-5842-VBBG

Town Hall, Judd Street

London

WC1H 9JE

United Kingdom

Region: UKI31 - Camden and City of London

Organisation type: Public authority - sub-central government