Section one: Contracting authority
one.1) Name and addresses
Hull City Council
The Guildhall, Alfred Gelder Street
Hull
HU1 2AA
Contact
Andrea Tether
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.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
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
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
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