Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-Health
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
https://www.lancashire.gov.uk/isupplier/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the above-mentioned address
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
Contract for the Provision of Extra Care Services at Ainscough Brook (Preston), Hyndbrook House & Kirk House (Accrington), St Annes Court (Clitheroe), Bannister Brook Extra Care & Greenwood Court (Leyland), Marlborough Court Extra Care (Skelmersdale) & Stanner Lodge (Lytham St Annes)
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Extra Care housing provides safe and secure self-contained accommodation for older adults who require varying levels of care and support to enable them to live independently in a home environment.
Search for RFQ number 15301273 on the Council iSupplier Sourcing Portal https://www.lancashire.gov.uk/iSupplier/
The Service is the delivery of care and support within an Extra Care housing setting including:
• Onsite staff to provide Background Care and Support and Emergency Response Services. This Service benefits all Service Users and is not allocated to any one individual.
• Planned Care for Service Users who have chosen to have their assessed care needs met by the on-site provider.
The Service is to be provided by on-site waking staff 24 hours a day, including on weekends and bank holidays.
See tender documents for more details.
The Service is therefore comprised of:-
• Background Care and Support and Emergency Response provided as a Block Arrangement; and
• Planned Care provided as Spot Package of Commissioned Care as required by Service Users.
The stated contract value is for all Lots and is estimated as may fluctuate depending on occupancy and eligible needs of Service Users.
The Service will be delivered within a combined sheltered housing and extra care scheme. This means that flats are allocated in 2 ways:
• Allocations to general needs/sheltered residents will be through the landlord's waiting list or the local choice-based lettings scheme
• Allocations to extra care residents will be through the Extra Care Joint Allocations Panel
The Service will only be delivered to Extra Care residents. However, please see Service Specification paragraph 6.3 in the event of an emergency arising involving a general need/sheltered housing tenant.
Service Users within the Schemes with eligible care needs may choose to receive their care and support from the onsite Service Provider. Therefore, staff onsite delivering the Background Care and Support and Emergency Response may also deliver any required Planned Care.
In order to minimise the cost of the service and the charges paid by Service Users, the Background Care and Support and Emergency Response will be delivered by staff funded through a combination of Block Arrangement for Background Care and Support and Emergency Response and Spot Packages of Planned Care.
The Contract has been established in this way as it is assumed that staff will already be on site during the majority of the day delivering the required Planned Care. However, there will be quieter times in the afternoon and during the night.
Block Arrangement payments for the Background Care and Support and Emergency Response will be a set amount made to the Service Provider on a 4 week in arrears basis and will comprise of payment in respect of 16 hours within each 24 hour period using the tendered hourly rate.
This is being made available to provide staff cover during the hours that Planned Care is not being delivered.
It is therefore anticipated that for 8 hours of the day the on-site staff presence will be delivered by staff delivering packages of Planned Care. However, where the level of Spot Packages of Commissioned Care falls below 8 hours per day then the Authority will fund the balance between the hours provided and the 8 hours.
Participation in this procurement process is open to any Tenderer meeting the requirements set out in these procurement documents. Providers can tender for all Lots or specific Lots in particular however no provider will be awarded contracts for more than 3 of the 6 Lots.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
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: 3
two.2) Description
two.2.1) Title
Lot 1 - Ainscough Brook (Preston)
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 1 - Ainscough Brook (Preston) Extra Care Services. See tender documents and service specification for more details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 - Hyndbrook House & Kirk House (Accrington)
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 2 - Hyndbrook House & Kirk House (Accrington) Extra Care Services. See tender documents and service specification for more details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3 St Annes Court (Clitheroe)
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Extra Care Services at St Annes Court (Clitheroe) see tender documents and service specification for details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
• Lot 4 - Bannister Brook Extra Care & Greenwood Court (Leyland)
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 4 - Bannister Brook Extra Care & Greenwood Court (Leyland) Extra Care Services. Please see tender documents and service specification for more details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 5 - Marlborough Court Extra Care (Skelmersdale)
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 5 - Marlborough Court Extra Care (Skelmersdale) Extra Care Services. Please see tender documents and service specification for more details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 6 - Stanner Lodge (Lytham St Annes)
Lot No
6
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Lot 6 - Stanner Lodge (Lytham St Annes) Extra Care Services. Please see tender documents and service specification for more details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The new contract will be for an initial period of three years with the option to extend the contracts beyond the initial term for a maximum period of six years in total.
The value of, and likelihood of the Authority entering into, any Extension Periods are subject to available funding.
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
The Authority requires Tenderers to be registered with the CQC in England for the required Services.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 September 2021
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
17 September 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice