Contract

Supported Living Block Contracts 2023: Lot 1 – Homes for Living (Learning Disability/Autism). Lot 2 - Options for Support (Mental Health)

  • Buckinghamshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-020471

Procurement identifier (OCID): ocds-h6vhtk-0401df

Published 4 July 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Rafael Lima

Email

rafael.lima@buckinghamshire.gov.uk

Telephone

+44 01296585248

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.buckinghamshire.gov.uk/

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

Supported Living Block Contracts 2023: Lot 1 – Homes for Living (Learning Disability/Autism). Lot 2 - Options for Support (Mental Health)

Reference number

DN689556

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council is seeking a Provider/s to provide Care and Support under 2 block contract arrangement within 13 supported living services, 7 locations supporting people with a learning disability/autism and 6 locations supporting people with mental health conditions.

The services vary in size and support a total of 124 service users.

The Provider will provide high quality and person-centred care and support for people

assessed by the Council or in exceptional circumstance the Integrated Care Board (ICB) as being eligible for health and social care support under the provisions of The Care Act 2014 and The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care 2022.

The Provider must be a Care Quality Commission (CQC) Registered Provider to deliver this regulated activity. The Provider must have a good track record and be rated by CQC as ‘Good’ or above in 50% of their registered service portfolio or be rated ‘Good’ or above if they only have one other service. The Provider must have in post a registered person or Director who must have the qualifications, competence, skills, and experience necessary for the role. The Registered person or Director must not have been responsible for any serious misconduct or mismanagement while carrying out a regulated activity.

The ownership of the properties is split between 2 Registered Landlords, it being a

prerequisite for any contract award that any new care provider enters into agreements with these landlords for the purpose of using office accommodation (where this is available), and (where this is necessary) delivering housing management functions, on site.

The Provider is required to deliver services via its support workers based at the locations 24 hours a day, 365 days a year, including bank holidays and public holidays as required to meet the needs of Service Users within the Establishments.

The Provider will ensure that all Staff have a new Disclosure and Barring Service (DBS) check carried out prior to undertaking work with Service Users and shall renew existing staff checks at regular intervals in line with guidance from the DBS service. Staff will be required to have the highest level of DBS check in accordance with the safe and fair recruitment guide set by Skills for Care.

TUPE may apply to this contract.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £33,589,171.77

two.2) Description

two.2.1) Title

Homes for Living - Learning Disability and Autism

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 1 - Homes for Living - Learning Disability and Autism (locations across Bucks in Aylesbury, Beaconsfield, High Wycombe, Princes Risborough, Chesham). All Services should operate a model of ‘Shared Supported Living’ (SSL). Further details available in the tender documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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) Description

two.2.1) Title

Options for Support – Mental Health

Lot No

2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Lot 2 - Options for Support – Mental Health (locations across Bucks in Aylesbury, High Wycombe, Princes Risborough, Amersham). The Services will operate 2 models of support.

i) Most of the Services will operate a model of ‘Shared Supported Living’ (SSL). The

Provider’s support staff will be based at the Service 24 hours a day 365 days a year and provide Shared Hours (core) support during the day. All Services have an element of Sleeping Night, Waking Night or On Call Support dependent on the assessed needs of the Service Users who reside there. Additional Hours support are also provided by the Provider where required to meet an assessed need.

ii) Some Services will operate a model of ‘Independent Supported Living (ISL)’. The Provider will offer Additional Hours Support to the Service Users based on their assessed level of needs. There will be an on-call service that Service Users contact in an emergency. It should be noted that most ISL services operate from establishments where there is already a Shared Support Service on the site.

Further details available in the tender documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-027603


Section five. Award of contract

Lot No

1

Title

Homes for Living - Learning Disability and Autism (Lot 1)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 June 2024

five.2.2) Information about tenders

Number of tenders received: 19

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HIGHTOWN HOUSING ASSOCIATION LIMITED

Hightown House, Maylands Avenue

Hemel Hempstead

HP2 4XH

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £20,726,729.1


Section five. Award of contract

Lot No

2

Title

Homes for Living - Learning Disability and Autism (Lot 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 June 2024

five.2.2) Information about tenders

Number of tenders received: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HIGHTOWN HOUSING ASSOCIATION LIMITED

Hightown House, Maylands Avenue

Hemel Hempstead

HP2 4XH

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £12,862,442.67


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

The Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)