Tender

BHCC EB Care Homes in Brighton and Hove Re-run Feb 2025

  • Brighton & Hove City Council

F02: Contract notice

Notice identifier: 2025/S 000-004557

Procurement identifier (OCID): ocds-h6vhtk-04ddb7

Published 11 February 2025, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

Brighton & Hove City Council

Town Hall

HOVE

BN34AH

Contact

Procurement Team

Email

procurement@brighton-hove.gov.uk

Country

United Kingdom

Region code

UKJ21 - Brighton and Hove

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/

Buyer's address

https://www.brighton-hove.gov.uk/procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.brighton-hove.gov.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.brighton-hove.gov.uk/procurement

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

BHCC EB Care Homes in Brighton and Hove Re-run Feb 2025

Reference number

BHCC - CH-SPOT-R4

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to award contracts within the boundaries of Brighton and Hove for the provision of Care Home beds on a spot purchase basis. Out of city care homes are contracted via an alternative route.

Bidders who pass the qualifying criteria will be awarded a contract. Individual placements will be made on a spot purchase basis throughout the life of the contract.

The Council guarantees no set volume of placements under this contract and reserves the right to contract for comparable provision through other means.

Individual placements will be made via a brokerage process, where individual outcomes and costs are agreed between the Council and the Supplier. Further details are provided in the Service Specification.

The Council reserves the right to reopen this tender process at a later date to award additional contracts for the same provision.

See full documents for details, starting with the instructions in Schedule 3. This is a re-run of the tender from June, July and September 2024 and those who have been awarded a contract following one of those tenders need not apply.

PLEASE NOTE this tender is being run via e-mail. Tender documents are available by emailing procurement@brighton-hove.gov.uk

two.1.5) Estimated total value

Value excluding VAT: £450,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Bidders must have an active CQC Registration and the latest inspection rating must be Requires Improvement or above and must be based within the boundary of Brighton and Hove.

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: £450,000,000

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

Start date

1 April 2025

End date

30 September 2030

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Bidders must have an active CQC Registration and the latest inspection rating must be Requires Improvement or above and be based within the Brighton and Hove boundary.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

10 March 2025

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

10 March 2025

Local time

11:00am

Place

BHCC


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

None

none

Country

United Kingdom