Contract

Provision of Extra Care Wellbeing Services

  • Hull City Council

F03: Contract award notice

Notice identifier: 2022/S 000-027678

Procurement identifier (OCID): ocds-h6vhtk-0330ad

Published 3 October 2022, 1:07pm



Section one: Contracting authority

one.1) Name and addresses

Hull City Council

The Guildhall, Alfred Gelder Street

Hull

HU1 2AA

Contact

Andrea Tether

Email

andrea.tether@hullcc.gov.uk

Country

United Kingdom

Region code

UKE11 - Kingston upon Hull, City of

National registration number

168524345

Internet address(es)

Main address

https://www.hull.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104102

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.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £31,661,000

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

Quality criterion - Name: Staff pay & conditions / Weighting: 10%

Quality criterion - Name: Strategic planning & risk management / Weighting: 9%

Quality criterion - Name: Service delivery / Weighting: 16%

Quality criterion - Name: Workforce planning & management / Weighting: 7%

Quality criterion - Name: Electronic call monitoring / Weighting: 5%

Quality criterion - Name: Performance and quality / Weighting: 14%

Quality criterion - Name: Collaborative community working / Weighting: 11%

Quality criterion - Name: Social value / Weighting: 8%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

This contract has now been awarded for a period of 5 years and has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

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 across all of the Lots is based on current volumes and includes the extension period.

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

Quality criterion - Name: Staff pay & conditions / Weighting: 10%

Quality criterion - Name: Strategic planning & risk management / Weighting: 9%

Quality criterion - Name: Service delivery / Weighting: 16%

Quality criterion - Name: Workforce planning & management / Weighting: 7%

Quality criterion - Name: Electronic call monitoring / Weighting: 5%

Quality criterion - Name: Performance and quality / Weighting: 14%

Quality criterion - Name: Collaborative community working / Weighting: 11%

Quality criterion - Name: Social value / Weighting: 8%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The contract has now been awarded for a period of 5 years and has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

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 across all of the Lots is based on current volumes and includes the extension period.

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

Quality criterion - Name: Staff pay & conditions / Weighting: 10%

Quality criterion - Name: Strategic planning & risk management / Weighting: 9%

Quality criterion - Name: Service delivery / Weighting: 16%

Quality criterion - Name: Workforce planning and management / Weighting: 7%

Quality criterion - Name: Electronic call monitoring / Weighting: 5%

Quality criterion - Name: Performance and quality / Weighting: 14%

Quality criterion - Name: Collaborative community working / Weighting: 11%

Quality criterion - Name: Social value / Weighting: 8%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The contract has now been awarded for a period of 5 years and has an option to extend for period(s) of up to 12 months at a time, not exceeding 24 months in total.

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 across all of the Lots is based on current volumes and includes the extension period


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-010767


Section five. Award of contract

Contract No

1

Title

Lot 1 - Cecil Gardens

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 August 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

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

five.2.3) Name and address of the contractor

Creative Support Ltd

Wellington House, 131 Wellington Road South

Stockport

SK1 3TS

Email

lucy.bell@creativesupport.co.uk

Telephone

+44 01612360829

Fax

+44 01612389125

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
National registration number

27440R

Internet address

http://www.creativesupport.co.uk

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £7,520,982

Total value of the contract/lot: £8,988,000


Section five. Award of contract

Contract No

2

Title

Lot 2 - Harrison Park

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 August 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

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

five.2.3) Name and address of the contractor

Valley Care Limited

11 Vincent Works

Brough, Hope Valley

S33 9HG

Email

claire.johnson@caresante.co.uk

Country

United Kingdom

NUTS code
  • UKF12 - East Derbyshire
National registration number

07393628

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £5,890,383

Total value of the contract/lot: £6,867,000


Section five. Award of contract

Contract No

3

Title

Lot 3 - Redwood Glades

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 August 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

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

five.2.3) Name and address of the contractor

St. Anne's Community Services

Unit 5, Fountain Court, 12 Bruntcliffe Way, Morley

Leeds

LS27 0JG

Email

contracts@st-annes.org.uk

Telephone

+44 7976464207

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
National registration number

01089026

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £14,430,457

Total value of the contract/lot: £15,806,000


Section six. Complementary information

six.3) Additional information

Kingston upon Hull City Council conducted 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 reserved the right to enter into negotiation with tenderers in the event that insufficient tenders were 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