Tender for Mental Health Housing Related Support Services
To deliver a pathway model to up to 120 service users with mental health conditions.
United Kingdom-Kingston: Health and social work services
2017/S 113-227762
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall, High Street
Kingston
KT1 1EU
United Kingdom
Contact person: Ms Nargis Ghafoor
Telephone: +44 2085475507
E-mail: commissioning@kingston.gov.uk
NUTS code: UKI2
Internet address(es):Main address: http://www.kingston.gov.uk
Address of the buyer profile: http://www.kingston.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Mental Health Housing Related Support Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Royal Borough of Kingston upon Thames is inviting organisations with relevant experience of providing Housing Related Support to deliver a pathway model to up to 120 service users with mental health conditions. This may be delivered to service users in council accommodation, other social housing, temporary accommodation, in their own or family homes, or in one of the supported accommodation properties outlined in the specification. In some cases the Service Provider will be required to provide Housing Management on behalf of the landlords identified within the specification.
The successful provider will be required to enter into housing management agreements with the property landlords identified within the specification.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74.
The tender process selected for this contract is a Quasi Open Process, meaning that suppliers will submit responses to Suitability Criteria to assess their competence and capability to deliver the contract at the same time as submitting Tender documents to determine how they will deliver the contract.
All tender documentation, including award criteria, can be accessed via the London Tenders Portal (https://www.londontenders.org/), Project DN174188.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will commence on 1.4.2018 and will be for a period of 3 years. The Authority may at its discretion extend the Contract for a further period of up to 2 (two) x 1 (one) years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Selection criteria can be found in the procurement documents on the London Tenders Portal (https://procontract.due-north.com/Advert/Index?advertId=6bb708e0-1937-e711-80e0-005056b64545)
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Contract performance conditions can be found in the procurement documents on the London Tenders Portal (https://procontract.due-north.com/Advert/Index?advertId=6bb708e0-1937-e711-80e0-005056b64545)
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
All tenders will be opened at one time by the Head of Corporate Governance and the appropriate Director, Executive Head or Service Manager. The terms ‘Head of Governance’, ‘Director’, ‘Executive Head’ and ‘Service Manager’ include any officer duly authorised by the same.
Section VI: Complementary information
VI.1)Information about recurrence
The contract will commence on 1.4.2018 and will be for a period of 3 years. The Authority may at its discretion extend the Contract for a further period of up to 2 (two) x 1 (one) years.
VI.4.1)Review body
Guildhall, High Street
Kingston-upon-Thames
KT1 1EU
United Kingdom
E-mail: commissioning@kingston.gov.ukInternet address:http://www.kingston.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Learning Disability With Complex Needs Supported Living – Registered Provider Market Warming Event
Sheffield City Council Home Care and Supported Living Service Framework
Support at Home Contracts Hertfordshire
North Somerset Council Housing Related Support Contract
Lancashire County Council Mental Health Rehabilitation Services Framework