Tender

Extra Care Services

  • Liverpool City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-021071

Procurement identifier (OCID): ocds-h6vhtk-064d31 (view related notices)

Published 9 March 2026, 5:05pm



Scope

Reference

DN807192

Description

The Council is seeking to appoint suitably experienced providers to deliver high-quality care and support services across five Extra Care Housing schemes within the Liverpool city boundary.

Total value (estimated)

  • £17,843,304 excluding VAT
  • £21,411,966 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2026 to 31 August 2029
  • Possible extension to 31 August 2032
  • 6 years

Description of possible extension:

The option to extend is for up to 36 months in any number of configurations.

Extensions will be used at the sole discretion of the contracting authority. The contracts will be managed and performance monitored throughout the duration of the contract which will support any option to extend. Ongoing requirements and service scope will also be considered.

Options

The right to additional purchases while the contract is valid.

Utilisation of each schemes allocated hours will be monitored and may result in an increase or decrease of hours within each scheme, or the requirement for additional services to support the scheme. Details are set out in the procurement documents.

Main procurement category

Services

CPV classifications

  • 85000000 - Health and social work services

Contract locations

  • UKD72 - Liverpool

Lot constraints

Maximum number of lots a supplier can be awarded: 2


Lot 1. Brookside House Extra Care Scheme

Description

Provision of extra care services at Brookside House, 46 Brookside Avenue, Knotty Ash, Liverpool, Merseyside, L14 7LN.

Full details of the requirements can be found in the procurement documents.

Lot value (estimated)

  • £4,470,036 excluding VAT
  • £5,364,042 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Latham Court Extra Care Scheme

Description

The provision of extra care services at Latham Court, Bridgemere Close, Laurel Road, Liverpool, Merseyside, L7 0LS.

Full details of the requirements can be found in the procurement documents.

Lot value (estimated)

  • £2,910,438 excluding VAT
  • £3,492,528 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Links View Extra Care Scheme

Description

The provision of extra care services at Links View, 102 Vale Rd, Liverpool L25 7FB.

Full details of the requirements can be found in the procurement documents.

Lot value (estimated)

  • £3,008,676 excluding VAT
  • £3,610,410 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Meadow Court Extra Care Scheme

Description

The provision of extra care services at Meadow Court, 1 Porchfield Close, Croxteth, Liverpool, Merseyside, L11 9DT

Full details of the requirements can be found in the procurement documents.

Lot value (estimated)

  • £4,058,646 excluding VAT
  • £4,870,374 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 5. Millachip Court Extra Care Scheme

Description

Provision of extra care services at Millachip Court, White Rock Street, Liverpool, Merseyside, L6 5LA.

Full details of the requirements can be found in the procurement documents.

Lot value (estimated)

  • £3,395,508 excluding VAT
  • £4,074,612 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Submission

Enquiry deadline

1 April 2026, 12:00pm

Submission type

Tenders

Tender submission deadline

10 April 2026, 12:00pm

Submission address and any special instructions

Tenders must be submitted via the Councils procurement portal ProContract.

https://procontract.due-north.com/Opportunities/Index?p=e0cc5631-4690-e511-80fb-000c29c9ba21&v=1

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

10 June 2026

Recurring procurement

Publication date of next tender notice (estimated): 8 January 2029


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Individual questions under the quality criteria will be weighted and submissions scored against a 0-5 methodology.

Full details of the requirements and evaluation methodology can be seen in the...

Quality 82%
Social Value

Bidders will be required to offer commitments against a number of measures in line with the national TOM's social value framework.

Full submission requirements and details of the evaluation...

Quality 10%
Cost

Bidders are required to submit their detailed resource proposals for each scheme (Lot) they are bidding for. Bids must remain within the stated budget.

Submissions will be scored against a 0-5...

Cost 8%

Other information

Payment terms

The payment process is detailed in the contract document at Schedule 4.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

Bidders are invited to submit responses to two of the Council's procurement documents:

(1) a procurement specific questionnaire (PSQ) which contains a number of pass/fail questions and conditions of participation.

(2) a tender document containing quality, cost and social value questions for the service requirements.

Submissions will be evaluated in two stages. Firstly the council will evaluate submissions of the PSQ and compliance with the mandatory requirements and criteria. Only bidders who pass this evaluation stages will move to the second stage of evaluation and have their tender submissions assessed.

During the evaluation process the council reserves the right to invite bidders for interview to clarify the submissions which have been put forward.


Documents

Associated tender documents

https://procontract.due-north.com/Opportunities/Index?p=e0cc5631-4690-e511-80fb-000c29c9ba21&v=1

The Contracting Authority uses ProContract as it's Procurement Portal, access to the procurement documents can be gained via the link above and searching for the reference DN807192.


Contracting authority

Liverpool City Council

  • Public Procurement Organisation Number: PRVY-7813-WLPG

Cunard Building

Liverpool

L3 1DS

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government