Mental Health Intermediate Care Pathway London
Islington Council invites suitable expressions of interest from suitably experienced suppliers for an integrated Mental Health Intermediate Care Pathway for crisis care in Islington.
United Kingdom-London: Health and social work services
2016/S 048-080252
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Islington Council
7 Newington Barrow Way
Contact point(s): Procurement
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075273521
E-mail: procurement@islington.gov.uk
Internet address(es):
General address of the contracting authority: http://www.islington.gov.uk/
Address of the buyer profile: http://www.islington.gov.uk/
Electronic access to information: https://procontract.due-north.com/
Electronic submission of tenders and requests to participate: https://procontract.due-north.com/
Further information can be obtained from: Islington Council
7 Newington Barrow Way
Contact point(s): Procurement
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075273521
E-mail: procurement@islington.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Islington Council
7 Newington Barrow Way
Contact point(s): Procurement
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075273521
E-mail: procurement@islington.gov.uk
Tenders or requests to participate must be sent to: Islington Council
7 Newington Barrow Way
Contact point(s): Procurement
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075273521
E-mail: procurement@islington.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Current status / Background.
Islington has experienced significant pressure on acute mental health crisis and inpatient services. This pressure partly stems from a large number of people who present in crisis at A&E, who have not been previously supported by our existing mental health services.
Islington mental health commissioners have consulted widely with service users, carers and professionals in relation to crisis provision over the last two years, including as part of the development of the Camden and Islington Crisis Concordat Action Plan. This consultation highlighted that whilst there is a range of crisis provision available, the pathway is not clear, and the system is difficult to navigate.
Islington Council is seeking to re-procure existing services to effectively meet the needs of service users within the borough.
The requirement.
The aim of the contract is to provide support to appropriately meet differing levels of need, supporting those in crisis to recover, whilst ensuring access to resilience-building and recovery-focussed services to support those at risk of entering a mental health crisis. Where appropriate, support will also be provided for carers of people entering, or at risk of entering a mental health crisis.
Services will include:
a) Reablement and recovery support in a recovery centre setting.
b) Reablement and recovery support and care in the home.
c) Short term accommodation-based reablement and recovery support.
In addition to supporting people in Islington who are known to mental health services, it is expected that this new arrangement will improve the reach of services to those people who don’t access mental health support and care until they are in a crisis. Islington continues to experience significant pressure on acute mental health crisis and inpatient services and there is therefore a need to strengthen community capacity to reach and support people to recover, remain well, and manage mental crises, as far as possible within their communities.
All three services will be integrated, in order to deliver a seamless pathway, available 24 hours a day, seven days per week. The services will complement and underpin the existing clinical crisis pathway delivered by Camden and Islington Foundation Trust (C&IFT).
Lots
The service will be tendered in 2 Lots:
Lot 1: Reablement and Recovery Services
Providing:
a) Reablement and recovery support in a recovery centre setting (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered).
b) Reablement and recovery support and care in the home.
Contract Value: 480 000 GBP per annum (240 000 GBP pro-rata for Year 1)
Lot 2: Short-term Crisis Accommodation Service
Providing:
a) Short-term accommodation-based reablement and recovery support, available 24 hours a day, seven days a week (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered)
Contract Value: 720 000 GBP per annum ( 360 000 GBP pro-rata for Year 1)
Providers may apply for any or all the Lots they are interested in.
Tenders will be considered in the form of a Lead Provider model for each Lot, with appropriate sub-contracting arrangements in place as required. Lead Providers will need to demonstrate:
— An ability to provide the clinical input and governance that this integrated pathway will require.
— Methodology of successful integrated working (including clinical liaison) with the police, substance misuse services, adult social care for people with mental health needs, primary care and secondary mental health services and district general hospitals (including A&E).
— Methodology of successful integrated working with acute mental health services (including clinical liaison) such as Crisis services (including Home Treatment), in-patient mental health services, and psychiatric liaison services.
— Methodology of successful integrated working with local community and voluntary sector mental health organisations.
TUPE [Transfer of Undertakings (Protection of Employment) Regulations].
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender.
Contract Period.
The contract period will be for 30 months from an estimated start date of 1.10.2016 with the option of three 12-month extensions, to 31.3.2022.
Contract Value
The estimated total value of this contract is 6 600 000 GBP over the maximum 66 months (30 months plus optional extensions, subject to approval) term of the contract. This is based on 1 200 000 GBP per annum (600 000 pro-rata for Year 1) in total for both Lots.
There is a maximum fixed budget for this service of 1 200 000 GBP per annum. Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is on the basis of quality 70 % and cost 30 %. Further details will be provided in the invitation to tender.
Cost 30 %
Quality 70 %
Quality made up of:
Proposed service model including details of:
30 %
— Staffing model, including clinical input
— The referral process
— Information sharing arrangements
— Collaborative working with local third sector organisations
— Service accessibility
— The development of peer-led programmes
— Addressing the needs of carers
— Partnership working with statutory and non-statutory agencies
— Supporting service users with complex needs
Proposed approach to quality management of performance and outcomes,
including details of:
20 %
— Quality management and performance systems
— Risks to the performance of the contract
— The use of performance and outcomes data to improve and develop services
Proposed approach to service user and carer engagement and activities (part 1 — improving service provision)
5 %
Proposed approach to service user and carer engagement and activities
(part 2 — complaints)
5 %
Proposed approach to safeguarding and risk management
10 %
Total 100 %
Tenderers should be aware that we reserve the right to hold site visits and/or interviews during the tender process. Site visits and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Current status / Background.
Islington has experienced significant pressure on acute mental health crisis and inpatient services. This pressure partly stems from a large number of people who present in crisis at A&E, who have not been previously supported by our existing mental health services.
Islington mental health commissioners have consulted widely with service users, carers and professionals in relation to crisis provision over the last two years, including as part of the development of the Camden and Islington Crisis Concordat Action Plan. This consultation highlighted that whilst there is a range of crisis provision available, the pathway is not clear, and the system is difficult to navigate.
Islington Council is seeking to re-procure existing services to effectively meet the needs of service users within the borough.
The requirement.
The aim of the contract is to provide support to appropriately meet differing levels of need, supporting those in crisis to recover, whilst ensuring access to resilience-building and recovery-focussed services to support those at risk of entering a mental health crisis. Where appropriate, support will also be provided for carers of people entering, or at risk of entering a mental health crisis.
Services will include:
a) Reablement and recovery support in a recovery centre setting.
b) Reablement and recovery support and care in the home.
c) Short term accommodation-based reablement and recovery support.
In addition to supporting people in Islington who are known to mental health services, it is expected that this new arrangement will improve the reach of services to those people who don’t access mental health support and care until they are in a crisis. Islington continues to experience significant pressure on acute mental health crisis and inpatient services and there is therefore a need to strengthen community capacity to reach and support people to recover, remain well, and manage mental crises, as far as possible within their communities.
All three services will be integrated, in order to deliver a seamless pathway, available 24 hours a day, seven days per week. The services will complement and underpin the existing clinical crisis pathway delivered by Camden and Islington Foundation Trust (C&IFT).
Lots
The service will be tendered in 2 Lots:
Lot 1: Reablement and Recovery Services
Providing:
a)
Reablement and recovery support in a recovery centre setting (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered)
b)
Reablement and recovery support and care in the home
Contract Value: 480 000 GBP per annum (240 000 GBP pro-rata for Year 1)
Lot 2: Short-term Crisis Accommodation Service
Providing:
a)
Short-term accommodation-based reablement and recovery support, available 24 hours a day, seven days a week (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered)
Contract Value: 720 000 GBP per annum (360 000 GBP pro-rata for Year 1)
Providers may apply for any or all the Lots they are interested in.
Tenders will be considered in the form of a Lead Provider model for each Lot, with appropriate sub-contracting arrangements in place as required. Lead Providers will need to demonstrate:
—
An ability to provide the clinical input and governance that this integrated pathway will require
—
Methodology of successful integrated working (including clinical liaison) with the police, substance misuse services, adult social care for people with mental health needs, primary care and secondary mental health services and district general hospitals (including A&E)
—
Methodology of successful integrated working with acute mental health services (including clinical liaison) such as Crisis services (including Home Treatment), in-patient mental health services, and psychiatric liaison services
—
Methodology of successful integrated working with local community and voluntary sector mental health organisations.
TUPE [Transfer of Undertakings (Protection of Employment) Regulations]
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender.
Contract Period
The contract period will be for 30 months from an estimated start date of 1.10.2016 with the option of three 12-month extensions, to 31.3.2022.
Contract Value
The estimated total value of this contract is 6 600 000 GBP over the maximum 66 months (30 months plus optional extensions, subject to approval) term of the contract. This is based on 1 200 000 GBP per annum (600 000 GBP pro-rata for Year 1) in total for both Lots.
There is a maximum fixed budget for this service of 1 200 000 GBP per annum. Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is on the basis of quality 70 % and cost 30 %. Further details will be provided in the invitation to tender.
Cost 30 %
Quality 70 %
Quality made up of:
Proposed service model including details of:
30 %
—
Staffing model, including clinical input
—
The referral process
—
Information sharing arrangements
—
Collaborative working with local third sector organisations
—
Service accessibility
—
The development of peer-led programmes
—
Addressing the needs of carers
—
Partnership working with statutory and non-statutory agencies
—
Supporting service users with complex needs
Proposed approach to quality management of performance and outcomes,
including details of:
20 %
—
Quality management and performance systems
—
Risks to the performance of the contract
—
The use of performance and outcomes data to improve and develop services
Proposed approach to service user and carer engagement and activities (part 1 — improving service provision)
5 %
Proposed approach to service user and carer engagement and activities
(part 2 — complaints)
5 %
Proposed approach to safeguarding and risk management
10 %
Total 100 %
Tenderers should be aware that we reserve the right to hold site visits and/or interviews during the tender process. Site visits and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
Estimated value excluding VAT: 6 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1: Reablement and Recovery Services
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
a) Reablement and recovery support in a recovery centre setting (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered).
b) Reablement and recovery support and care in the home.
Estimated value excluding VAT: 31 680 000 GBP
5)Additional information about lots
Lot No: 2 Lot title: Lot 2: Short-term Crisis Accommodation Service
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
a) Short-term accommodation-based reablement and recovery support, available 24 hours a day, 7 days a week (with option to deliver from a Council-owned property on a lease basis, although Provider-owned premises within the borough of Islington will also be considered)
Contract Value: 720 000 GBP per annum ( 360 000 GBP pro-rata for Year 1).
Estimated value excluding VAT: 47 520 000 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
Minimum level(s) of standards possibly required: Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
Minimum level(s) of standards possibly required:
Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2
Objective criteria for choosing the limited number of candidates: Refer to tender documents on the London Tenders Portal, contract reference 1516-122 Mental Health Intermediate Care Pathway; category 85000000-9 — Health and social work services https://procontract.due-north.com
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 147-271075 of 1.8.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: March 2021.
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice: