- Scope of the procurement
- Lot 1 - Accommodation based Specialist HRS for people with Learning Disabilities and Autism
- Lot 2 - Accommodation based specialist HRS for people with Mental Health needs
- Lot 3 - Specialist Floating Support for people with Learning and/or Autism (1)
- Lot 4 - Specialist Floating Support for people with Mental Health Needs (1)
Section one: Contracting authority
one.1) Name and addresses
Hull City Council
The Guildhall, Alfred Gelder Street
Hull
HU1 2AA
Contact
Simon Bugg
Telephone
+44 1482615117
Country
United Kingdom
Region 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
Access to the procurement documents is restricted. Further information can be obtained at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81569&B=UK
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/app/rfq/rwlentrance_s.asp?PID=81569&B=UK
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Specialist Housing Related Support and Floating Support for people with Learning Disabilities/Autism and Mental Health needs
Reference number
87300
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Hull City Council (The Authority) is seeking tenders from interested organisations to provide Specialist Housing Related Support. The Tender is split into 4 separate Lots. The tender process to be used is an open procedure (Light Touch Regime). The contract is anticipated to commence 1 December 2024 with the initial term of the contract ending by 30 November 2029 with an option to extend for a period or periods of 12 months, not to exceed 24 months (30 November 2031). The Authority has estimated the value of the Services for the 7-year period to be £7,731,214.40. The contracts though have a level of flexibility with the ability to increase the Number of Units, Service hours, if there is the demand, throughout the term of the contracts, this flexibility allows for the full- term total value for all contracts under the 4 Lots to increase to a maximum of £29,834,231.84.
two.1.5) Estimated total value
Value excluding VAT: £29,834,231.84
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Accommodation based Specialist HRS for people with Learning Disabilities and Autism
Lot No
1
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Hull City Council boundary
two.2.4) Description of the procurement
Accommodation based Specialist HRS for people with Learning Disabilities and Autism. 100 units for the provision of specialist accommodation and non-care related support for people. The service will provide homes (either temporary or permanent – dependent on the circumstance of the person). The Service will act as an early intervention and preventative service to support vulnerable people at risk of homeless to provide the skills, resilience, and pathway to improve independence for people.
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: £12,090,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
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
The estimated total value of Lot 1, for the 7-year period based on the allocation of 100 units per annum is £3,306,212.00, but the framework has mechanisms in place to grow to 505 units per annum, with an estimated value of £12,090,00.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
two.2) Description
two.2.1) Title
Lot 2 - Accommodation based specialist HRS for people with Mental Health needs
Lot No
2
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Hull City Council boundary
two.2.4) Description of the procurement
Accommodation based Specialist HRS for people with Mental Health Needs. A total of 100 units for the provision of specialist accommodation and non-care related support for people. The service will provide homes (either temporary or permanent – dependent on the circumstance of the person). The Service will act as an early intervention and preventative service to support vulnerable people at risk of homeless to provide the skills, resilience, and pathway to improve independence for people.
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: £12,090,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
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
The estimated total value of Lot 2, for the 7-year period based on the allocation of 100 units per annum is £3,306,212.00, but the framework has mechanisms in place to grow to 505 units per annum, with an estimated value of £12090,00.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
two.2) Description
two.2.1) Title
Lot 3 - Specialist Floating Support for people with Learning and/or Autism (1)
Lot No
3
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Hull City Council boundary
two.2.4) Description of the procurement
Specialist Floating Support for people with Learning Disabilities and/or Autism. 80 Hours per week of Specialist Floating Support to provide non-care related support for people with Learning Disabilities and/or Autism in order to ensure they can live independently in their own home. The Specialist Floating Support Service aims to provide a preventative and reactive services to support vulnerable adults with a Learning Disability and or Autism to provide the skills, resilience, and pathway to enable greater independence and reduce the risk of homelessness.
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: £2,827,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
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
The estimated total value of Lot 3, for the 7-year period based on the allocation of 80 hours of service per week is £559,395.00 but the framework has mechanisms in place to grow to 911 hours per week, with an estimated value of £2827000.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
two.2) Description
two.2.1) Title
Lot 4 - Specialist Floating Support for people with Mental Health Needs (1)
Lot No
4
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Hull City Council Boundary
two.2.4) Description of the procurement
Specialist Floating Support for people with Mental Health Needs. 80 Hours per week of Specialist Floating Support to provide non-care related support for people with Mental Health Needs, in order to ensure they can live independently in their own home. The Specialist Floating Support Service aims to provide a preventative and reactive services to support vulnerable adults with Mental Health Support Needs to provide the skills, resilience, and pathway to enable greater independence and reduce the risk of homelessness.
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: £2,827,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
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
The estimated total value of Lot 3, for the 7-year period based on the allocation of 80 hours of service per week is £559,395.00 but the framework has mechanisms in place to grow to 911 hours per week, with an estimated value of £2827000.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
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
For Lots 1 & 2 Providers or their intend Sub-Contracted partner(s) must be a Registered Social Landlord (RSL).
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.2.2) Contract performance conditions
The contracts have KPI's set these can be found within the Tender Pack.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Note - There is no max No, of operators for Lots 1 & 2 (See tender pack for further details.
This tender is being procured through a Light Touch Pseudo framework (Light Touch Regime), due to the nature of the requirement and the need for Service Providers to have a level of security in relation to their investment in accommodation stock a 7yr framework seems fit.
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
Date
19 July 2024
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 July 2024
Local time
12:00pm
Place
seal electronically opened via the YORtender portal,
Information about authorised persons and opening procedure
by authorised Hull City Council Procurement staff, once the Tender has closed.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Tender pack provides further information regarding Contract Awards, Evaluation criteria, Thresholds for awards, and details regarding min-competitions for Lots 1 & 2.
six.4) Procedures for review
six.4.1) Review body
Hull City Council, Town Clerks Service. Legal Department
The Guildhall
Hull
HU1 2AA
Telephone
+44 1482612769
Country
United Kingdom