South West London & St Georges Mental Health NHS Trust: Recovery Cafe

  South West London & St Georges Mental Health NHS Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Recovery Cafe
Notice type: Contract Notice
Authority: South West London & St Georges Mental Health NHS Trust
Nature of contract: Services
Procedure: Open
Short Description: The Trust is seeking to establish in SW London two crisis / recovery cafes for local residents with mental health needs offering peer-led counselling and support; a café style environment offering drinks and food. South West London Mental Health Trust will provide inreach support via Home Treatment Teams. It is envisaged the premises would be open 6pm to 11pm weekdays, and midday to 11pm at weekends.
Published: 29/09/2016 16:47
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Community health services.
Section I: Contracting Authority
      I.1) Name and addresses
             SW London & St George's Mental Health NHS Trust
             Springfield University Hospital, 61 Glenburnie Road, Tooting, London, SW17 7DJ, United Kingdom
             Tel. +44 2035136697, Email: martin.kelly@swlstg-tr.nhs.uk
             Contact: Martin Kelly
             Main Address: www.swlstg-tr.nhs.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www,delta-esourcing.com
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Recovery Cafe       
      Reference Number: SWLSTG1603
      II.1.2) Main CPV Code:
      85323000 - Community health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Trust is seeking to establish in SW London two crisis / recovery cafes for local residents with mental health needs offering peer-led counselling and support; a café style environment offering drinks and food. South West London Mental Health Trust will provide inreach support via Home Treatment Teams. It is envisaged the premises would be open 6pm to 11pm weekdays, and midday to 11pm at weekends.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74. The Trust wants to sub-contract with suitable third sector partners to provide an accessible, non-stigmatising and recovery focused service that can sit alongside the clinical Services offered by the Trust. Consideration will be given bidders who wish to provide only one or two cafes.
The Crisis/ Recovery Cafés will offer a welcoming, safe, friendly, non-stigmatising environment. They will support people in a mental health crisis and help them discuss the nature of the crisis they are experiencing, their strengths and coping skills the person might use to decrease their distress and promote their wellbeing. The environment must be designed so that customers are likely to feel safe and not overwhelmed by excessive stimuli (e.g. television or radio/music).

The Service will be staffed to support up to 25 customers at any one time, and will provide a safe and secure environment to support them through a range of support and leisure opportunities:
•A welcoming environment – particularly for first time customers
•Emotional support and resilience building
•Peer-led support
•A range of recreational and leisure activities
•Access to a range of non-alcoholic hot and cold drinks, hot and cold snacks and/or hot food Access to local resource directories and advice/signposting to access Services
•Risk assessment/management and active liaison with statutory Services, particularly Home Treatment Teams, when clinical risk requires
•Opportunities for customers who use the Service to graduate into volunteer and paid roles.

The Service is expected to be open from 18.00-23.00 (Monday-Friday) and 12.00-23.00 (weekends and bank holidays). The Service will be open every day of the year.

Part of being non-stigmatising is for the Service to become an integral part of the local community, with effective links to local third sector and community groups, and to key statutory Services (e.g. the Trust, police, ambulance Service , acute trusts). This non-stigmatising environment will manifest in the Service being perceived as accessible, and will be evidenced by usage figures for the Service, both in terms of total customer attendances, and number of distinct customers using the Service.

The Service needs to offer a positive experience for those who use it, and will be expected to collect data on customer experience and outcomes for customers who use the Service to demonstrate its effectiveness.

Whilst the Service will be open to those who perceive themselves in crisis, it will be expected to maintain a flow through the Service, and thus to have strategies for some customers who may become overly dependent on the Service

The Crisis Recovery/ Cafés will be provided within the five London boroughs of the Trust (Kingston, Merton, Sutton, Richmond and Wandsworth). The Crisis Recovery/ Cafés must be accessible and welcoming environment which erodes stigma related to mental health – it will operate from an accessible ‘street-front’ location, be well apportioned and furnished, a café based premise and be easily accessible via public transport.

Consideration will be given to maximising access for the whole south west London population, through the location of the two Crisis/ Recovery Cafés. This includes location with respect to population hubs, transport networks and areas of high need. Where the locations for proposed Crisis/ Recovery Cafés are in close proximity to each other, the Trust considers that this will have an impact on overall access impact, and will reflect this consideration in its assessment of bids.
The facility/ Service will be Equality Act compliant.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Service model / Weighting: 25
            Quality criterion - Name: Estates / Weighting: 10
            Quality criterion - Name: Key performance indicators / Weighting: 25
            Quality criterion - Name: Service mobilisation / Weighting: 10
            Quality criterion - Name: Interviews / Weighting: 15
            Quality criterion - Name: Site visits / Weighting: 5
                        
            Cost criterion - Name: Total cost of proposal / Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: As explained in tender documentation
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 04/11/2016 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 04/11/2016
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Community-health-services./X2C64Y5PHS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X2C64Y5PHS
   VI.4) Procedures for review
   VI.4.1) Review body:
             SW London and St George's NHS MH Trust
       Springfield University Hospital, London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 29/09/2016

Annex A
   I) Addresses and contact points from which further information can be obtained:
       SW London & St George's MH NHS Trust
       Springifeld University Hospital, London, SW17 7DJ, United Kingdom
       Email: martin.kelly@swlstg-tr.nhs.uk
       Main Address: https://www.swlstg-tr.nhs.uk
       NUTS Code: UKI   


View any Notice Addenda

View Award Notice

UK-London: Community health services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       SW London & St George's Mental Health NHS Trust
       Springfield University Hospital, 61 Glenburnie Road, Tooting, London, SW17 7DJ, United Kingdom
       Tel. +44 2035136697, Email: martin.kelly@swlstg-tr.nhs.uk
       Contact: Martin Kelly
       Main Address: www.swlstg-tr.nhs.uk
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Recovery Cafe            
      Reference number: SWLSTG1603

      II.1.2) Main CPV code:
         85323000 - Community health services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Trust is seeking to establish in SW London two crisis / recovery cafes for local residents with mental health needs offering peer-led counselling and support; a café style environment offering drinks and food. South West London Mental Health Trust will provide inreach support via Home Treatment Teams. It is envisaged the premises would be open 6pm to 11pm weekdays, and midday to 11pm at weekends.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      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 Trust wants to sub-contract with suitable partners to provide an accessible, non-stigmatising and recovery focused service that can sit alongside the clinical Services offered by the Trust. Consideration will be given bidders who wish to provide only one or two cafes.

      II.2.5) Award criteria:
      Quality criterion - Name: Service model / Weighting: 25
      Quality criterion - Name: Estates / Weighting: 10
      Quality criterion - Name: Key performance indicators / Weighting: 25
      Quality criterion - Name: Service mobilisation / Weighting: 10
      Quality criterion - Name: Interviews / Weighting: 15
      Quality criterion - Name: Site visits / Weighting: 5
                  
      Cost criterion - Name: Total cost of proposal / Weighting: 10
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/11/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hestia Housing and Support
             134-138 Borough High Street, London, SE1 1LB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 488,093
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/11/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Community Drug and Alcohol Recovery Services
             20 Woodcote Road, Wallington, SM6 0NN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 448,781
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=233155166

   VI.4) Procedures for review

      VI.4.1) Review body
          SW London and St George's NHS MH Trust
          Springfield University Hospital, London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/12/2016