Section one: Contracting authority
one.1) Name and addresses
Hull City Council
The Guildhall, Alfred Gelder Street
Hull
HU1 2AA
Contact
Andrea Tether
Country
United Kingdom
NUTS code
UKE11 - Kingston upon Hull, City of
National registration number
168524345
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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