Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Voluntary Community and Social Enterprise (VCSE) Sector Commissioning 2024 Phase 4

  • First published: 09 April 2024
  • Last modified: 09 April 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045061
Published by:
The Royal Borough of Kingston upon Thames
Authority ID:
AA36414
Publication date:
09 April 2024
Deadline date:
08 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Voluntary, Community and Social Enterprise Sector (VCSE) plays a vital role in Royal Borough of Kingston supporting some of the borough’s most vulnerable residents. The sector has played a crucial role in the Kingston Covid response and continued funding of local Voluntary Community Sector organisations is an important part of ensuring the Authority has an effective approach to early help and prevention. These proposals build on learning from the Covid response, the priorities of the Communities Taskforce, the recommendations from Seizing the Moment, and sector best practice. The service priorities, specification requirements and monitoring approach have been co-designed with the sector.

A phased approach to the commissioning process has been adopted, with contracts falling into earlier Phase 1, 2, 3 contracts and the remaining contracts into this Phase 4.

This procurement exercise is in relation to Phase 4 only.

There are two (2) Commissioning Themes in Phase 4. Each Commissioning Theme has Lots which indicate the type of service provision required. This assists us in focussing our intentions into areas of need.

Commissioning Theme 6: Mental Health and Wellbeing

Lot 6a - Dementia Advice & Support Services

Lot 6b - Mental Health Support

Lot 6c - Bereavement Counselling & Support Services

Commissioning Theme 9: Advocacy

Lot 9a - Integrated Advocacy

The Authority will seek to award contracts in the form of separate Theme Lots. Each Theme Lot will be underpinned by an overarching VCSE commissioning Theme and the size and subject matter of each Theme Lot will vary depending on the overarching commissioning Theme.

The Authority will be seeking to award ONE contract for each Theme Lot. Each Theme Lot will have a contract value assigned. The total value of each contract will be reflective of the individual value of each Theme Lot.

There is a specification set out for each commissioning Theme Lot. Each specification will set out the key outcomes and key deliverables for each commissioning Theme Lot.

Potential providers may bid for one or more Theme Lots within the overarching commissioning Themes. Providers must be capable of providing all elements within a Theme Lot. Theme Lots will not be further divided.

Potential providers are required to submit responses for each Theme Lot they are applying for.

The Authority is disclosing the budget available for all requirements within each Commissioning Theme Lot. Tenderers will be required to set out in their Tender which Theme Lot/s they are bidding for.

Contract Term: Initial term of 3 years plus 2 further extensions of up to 12 months each (3+1+1 = 5 years)

Potential bidders should register their interest in this tender through the London Tenders Portal by

Pro Contract. You can register an account for free at London Tender Portal (https://www.londontenders.org)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2, High Street

Kingston upon Thames

KT1 1EU

UK

E-mail: commissioning@kingston.gov.uk

NUTS: UKI63

Internet address(es)

Main address: http://www.kingston.gov.uk

Address of the buyer profile: http://www.kingston.gov.uk

I.3) Communication

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

https://www.londontenders.org


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.londontenders.org


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Voluntary Community and Social Enterprise (VCSE) Sector Commissioning 2024 Phase 4

Reference number: DN713702

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Voluntary, Community and Social Enterprise Sector (VCSE) plays a vital role in Royal Borough of Kingston supporting some of the borough’s most vulnerable residents. The sector has played a crucial role in the Kingston Covid response and continued funding of local Voluntary Community Sector organisations is an important part of ensuring the Authority has an effective approach to early help and prevention. These proposals build on learning from the Covid response, the priorities of the Communities Taskforce, the recommendations from Seizing the Moment, and sector best practice. The service priorities, specification requirements and monitoring approach have been co-designed with the sector.

A phased approach to the commissioning process has been adopted, with contracts falling into earlier Phase 1, 2, 3 contracts and the remaining contracts into this Phase 4.

This procurement exercise is in relation to Phase 4 only.

There are two (2) Commissioning Themes in Phase 4. Each Commissioning Theme has Lots which indicate the type of service provision required. This assists us in focussing our intentions into areas of need.

Commissioning Theme 6: Mental Health and Wellbeing

Lot 6a - Dementia Advice & Support Services

Lot 6b - Mental Health Support

Lot 6c - Bereavement Counselling & Support Services

Commissioning Theme 9: Advocacy

Lot 9a - Integrated Advocacy

The Authority will seek to award contracts in the form of separate Theme Lots. Each Theme Lot will be underpinned by an overarching VCSE commissioning Theme and the size and subject matter of each Theme Lot will vary depending on the overarching commissioning Theme.

The Authority will be seeking to award ONE contract for each Theme Lot. Each Theme Lot will have a contract value assigned. The total value of each contract will be reflective of the individual value of each Theme Lot.

There is a specification set out for each commissioning Theme Lot. Each specification will set out the key outcomes and key deliverables for each commissioning Theme Lot.

Potential providers may bid for one or more Theme Lots within the overarching commissioning Themes. Providers must be capable of providing all elements within a Theme Lot. Theme Lots will not be further divided.

Potential providers are required to submit responses for each Theme Lot they are applying for.

The Authority is disclosing the budget available for all requirements within each Commissioning Theme Lot. Tenderers will be required to set out in their Tender which Theme Lot/s they are bidding for.

Contract Term: Initial term of 3 years plus 2 further extensions of up to 12 months each (3+1+1 = 5 years)

Potential bidders should register their interest in this tender through the London Tenders Portal by

Pro Contract. You can register an account for free at London Tender Portal (https://www.londontenders.org)

II.1.5) Estimated total value

Value excluding VAT: 2 790 715.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 6a

II.2.1) Title

Dementia Advice & Support Services

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

Lot 6a - Dementia Advice & Support Services

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) to procure a Dementia Advice and Support service.

The Service Provider will be delivering the following elements:

● Tailored Information, Advice & Guidance for people living with dementia or Mild

Cognitive Impairment (MCI)

● Peer Support groups (people living with dementia/ MCI / people with young onset

dementia & carers)

● ‘Check in’ Support Service (people living with dementia)

● Information sessions and support for carers

● Dementia friendly community programme: The aim is to develop a community which is

dementia friendly to allow people to live well and remain part of the community

The above service model was informed and developed following engagement with residents,

providers and front line teams.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Price / Weighting:  25

II.2.6) Estimated value

Value excluding VAT: 693 190.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for two further periods of up to 12 months each (1+1)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6b

II.2.1) Title

Mental Health Support

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

Lot 6b - Mental Health Support

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) to procure a Mental Health Support service.

The Service Provider will be delivering the following elements:

● Information, Advice & Guidance

● One to one support

● Peer Support groups *for individuals not known to South West London and St George’s Mental Health

● Drop in Cafe

● Mental Health Awareness Training

● Counselling

● Champions for Change

The above service model was informed and developed following engagement with residents,

providers and front line teams.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Price / Weighting:  25

II.2.6) Estimated value

Value excluding VAT: 773 175.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for two further periods of up to 12 months each (1+1)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6c

II.2.1) Title

Bereavement Counselling & Support Services

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

Lot 6c - Bereavement Counselling & Support Services

The Royal Borough of Kingston upon Thames (RBK) is working collaboratively with the

Integrated Care Board (SWL ICB) and Achieving for Children (AfC) to procure an Adults,

Children and Young People Bereavement Counselling & Support service.

The Service Provider will be delivering the following elements:

● One to one Counselling to Adults & Children

● Group Support to Adults & Children

● Peer Support to Adults

● Information and Advice support

● Educational Workshops

The above service model was informed and developed following engagement with residents,

providers and front line teams.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Price / Weighting:  25

II.2.6) Estimated value

Value excluding VAT: 531 460.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for two further periods of up to 12 months each (1+1)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9a

II.2.1) Title

Integrated Advocacy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

Lot 9a - Integrated Advocacy

The Royal Borough of Kingston upon Thames aims to procure an Integrated Advocacy Model.

The Provider will be delivering the following advocacy disciplines:

● Independent Mental Health Advocacy (IMHA).

● Independent Mental Capacity Advocacy (IMCA).

● Independent Care Act Advocacy (CAA).

● Relevant Person’s Representatives (RPR).

● Independent Health Complaints Advocacy.

● Appropriate Adult (AA).

The above service model was informed and developed following engagement with residents,

providers and front line teams.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Price / Weighting:  25

II.2.6) Estimated value

Value excluding VAT: 792 890.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for two further periods of up to 12 months each (1+1)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 08/05/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 08/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

08/04/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
commissioning@kingston.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.