Tender

Provision of Extra Care Wellbeing Services

  • Hull City Council

F02: Contract notice

Notice identifier: 2022/S 000-010767

Procurement identifier (OCID): ocds-h6vhtk-0330ad

Published 26 April 2022, 5:09pm



The closing date and time has been changed to:

8 June 2022, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Hull City Council

The Guildhall, Alfred Gelder Street

Hull

HU1 2AA

Contact

Andrea Tether

Email

andrea.tether@hullcc.gov.uk

Country

United Kingdom

NUTS code

UKE11 - Kingston upon Hull, City of

National registration number

168524345

Internet address(es)

Main address

https://www.hull.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104102

one.3) Communication

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

https://uk.eu-supply.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Extra Care Wellbeing Services

Reference number

50669

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking to commission up to three care providers who will have primary responsibility for the delivery of care and support at each of the Extra Care facilities that is focussed on delivering outcomes for the people living in Hull Extra Care. This model will ensure that a person centred approach is undertaken at all times using a strengths based approach. The contracts will be for 5 years with an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

two.1.5) Estimated total value

Value excluding VAT: £27,841,822

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Should the Authority receive insufficient bids which meet the required quality threshold, then the Authority reserves the right to award more than one Lot to a successful provider which has met the required quality threshold, as stated within the tender documentation.

two.2) Description

two.2.1) Title

Cecil Gardens

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

The Authority is seeking to commission up to three care providers who will have primary responsibility for the delivery of care and support at each of the Extra Care facilities that is focussed on delivering outcomes for the people living in Hull Extra Care. This model will ensure that a person centred approach is undertaken at all times using a strengths based approach. The contracts will be for 5 years with an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

The Authority is conducting the procurement using the Light Touch Regime in accordance with the requirements of the Public Contracts Regulations for the purpose of procuring the services. The Authority reserves the right to enter into negotiation with tenderers in the event that insufficient tenders are received that meet the required quality.

Tenderers can apply for any of the locations, as stated in the tender documentation however, successful tenderers will only be awarded one Lot. Lots will be offered to the highest ranking providers in order of preference.

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: £7,520,982

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Should the Authority be in a position where some Lots are unallocated following initial evaluation, the Authority reserves the right to award more than one Lot to a provider if they have met the threshold quality score, or alternatively enter into negotiations with existing providers.

two.2) Description

two.2.1) Title

Lot 2 - Harrison Park

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

The Authority is seeking to commission up to three care providers who will have primary responsibility for the delivery of care and support at each of the Extra Care facilities that is focussed on delivering outcomes for the people living in Hull Extra Care. This model will ensure that a person centred approach is undertaken at all times using a strengths based approach. The contracts will be for 5 years with an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

The Authority is conducting the procurement using the Light Touch Regime in accordance with the requirements of the Public Contracts Regulations for the purpose of procuring the services. The Authority reserves the right to enter into negotiation with tenderers in the event that insufficient tenders are received that meet the required quality.

Tenderers can apply for any of the locations, as stated in the tender documentation however, successful tenderers will only be awarded on Lot. Lots will be offered to the highest ranking providers in order of preference.

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: £5,890,383

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Should the Authority be in a position where some Lots are unallocated following initial evaluation, the Authority reserves the right to award more than one Lot to a provider if they have met the threshold quality score, or alternatively enter into negotiations with existing providers.

two.2) Description

two.2.1) Title

Lot 3 - Redwood Glades

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

The Authority is seeking to commission up to three care providers who will have primary responsibility for the delivery of care and support at each of the Extra Care facilities that is focussed on delivering outcomes for the people living in Hull Extra Care. This model will ensure that a person centred approach is undertaken at all times using a strengths based approach. The contracts will be for 5 years with an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

The Authority is conducting the procurement using the Light Touch Regime in accordance with the requirements of the Public Contracts Regulations for the purpose of procuring the services. The Authority reserves the right to enter into negotiation with tenderers in the event that insufficient tenders are received that meet the required quality.

Tenderers can apply for any of the locations, as stated in the tender documentation however, successful tenderers will only be awarded on Lot. Lots will be offered to the highest ranking providers in order of preference.

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: £14,430,457

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total. The estimated value given above includes the extension period.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Should the Authority be in a position where some Lots are unallocated following initial evaluation, the Authority reserves the right to award more than one Lot to a provider if they have met the threshold quality score, or alternatively enter into negotiations with existing providers.


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

See tender documentation

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the specification within the tender documentation

three.2.2) Contract performance conditions

See tender documentation


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: Yes

four.2) Administrative information

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

Originally published as:

Date

6 June 2022

Local time

12:00pm

Changed to:

Date

8 June 2022

Local time

5:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 6 December 2022

four.2.7) Conditions for opening of tenders

Date

6 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Kingston upon Hull City Council is conducting the procurement using the Light Touch Regime in accordance with the requirements of the Public Contracts Regulations 2015 (SI 2015/102) (PCR 2015) for the purpose of procuring the services. The Authority reserves the right to enter into negotiation with tenderers in the event that insufficient tenders are received that meet the required quality

six.4) Procedures for review

six.4.1) Review body

The Monitoring Officer

The Guildhall, Alfred Gelder Street

HULL

HU1 2AA

Telephone

+44 1482300300

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As above