Opportunity

Extra Care

  • Harrow Council

F02: Contract notice

Notice reference: 2021/S 000-000489

Published 11 January 2021, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

Harrow Council

Civic Centre

Harrow

HA1 2XY

Contact

Mrs Lisa Taylor

Email

lisa.taylor@harrow.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.3) Communication

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

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Extra Care

Reference number

DN493967

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Harrow Adult Social Care (ASC) are expanding their Extra Care provision from the current one scheme to an additional 3 schemes over the next 2-3 years. This will increase the number of citizens living in an Extra Care scheme and requiring care and wellbeing support from 47 to approximately 170. The current contract for delivering the care support within the existing scheme (which has a total of 47 units) expires at the end of June 2021 and the first of the new schemes, which is under construction, will have 56 units and is due to open in June 2021. Both schemes are located in Central Harrow.

The new extra care schemes will expand on the current model recognising the increasing prevalence of dementia and complexity. Extra Care in Harrow is not a replacement for residential care but provides an alternative for citizens who wish to remain living independently for as long as possible with the appropriate care and support and Assistive Technology required to support them to do so and where a Care Act assessment and risk assessment has identified that the citizen is suitable. The care and support will be a strengths-based model of care philosophy that seeks to enable people to become more resilient and do things for themselves rather than having things done for them, including assisting people to re-learn skills where necessary.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Extra Care Schemes are for citizens who are residents in Harrow aged 55 and over with frailty, physical and/or sensory disabilities and/or mild-moderate learning disabilities and/or mild-moderate mental health needs that have been assessed as meeting Care Act eligibility for supporting their social care needs.

The Care and Wellbeing service will be provided through two services. The Core 24/7 service – this will deliver general wellbeing support, care and wellbeing support for temporary and unpredictable fluctuations in the citizen’s care planned needs, an enhanced service that works in partnership with the landlord and residents to develop and deliver activities to reduce social isolation and an immediate response to emergencies. The flexi service – this will work with the citizen to develop their care plan within the agreed hours of care identified in their Care Act assessment to enable citizens to receive personalised support, including personal care, to help them meet their outcomes.

The Housing management and housing related support fall outside the remit of the Care and Wellbeing service but the providers will be expected to work in partnership with these providers and with other health, community and voluntary sector services to ensure a holistic approach to delivery and enable positive outcomes for citizens.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,400,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial term is 4 years and 9 months with the option to extend for a further 2 years in periods at the discretion of the Council

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 163-397489

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

Date

24 February 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 February 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

Country

United Kingdom

Internet address

www.londontenders.org