United Kingdom-Portsmouth: Residential nursing care services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Portsmouth: Residential nursing care services
OJEU (High Value) 395344-2020
Type Invitation to tender
Date Published 2020-08-21
Deadline 2020-09-30 14:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Portsmouth City Council
Postal address: Procurement Service, Floor 5 Core 3/4, Civic Office, Guildhall Square
Town: Portsmouth
Postal code: PO1 2AL
Country: UK
Contact person: Procurement Service
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
NUTS code: UKJ31
Main address: https://www.portsmouth.gov.uk/ext/business/business.aspx
Address of the buyer profile (URL): https://www.portsmouth.gov.uk/ext/business/business.aspx

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address
External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Care and Support Services — Extra Care Housing


II.1.4) Short description
Portsmouth City Council ('the Council') is seeking expressions of interest from suitably qualified and experienced providers for the delivery of care and support services within 4 extra care housing properties.

The Council is targeting to have awarded the contract on 15 January 2021 to allow for service commencement on 1 April 2021. The contract will be let for an initial term of 5 years extendable by a further 5 years in increments to be agreed.

The contract will cover service delivery only with the provision of properties and facilities management delivered by existing providers. Exclusive of any inflationary increases over the term, the value of the contract is approximately GBP 3 million per annum based upon current demand but could increase to GBP 4 million per annum based upon current plans regarding extra care property portfolio growth.

Application is via submission of a completed supplier selection questionnaire (SSQ) and associated documentation by Wednesday 30 September 2020 14.00.

II.01) Estimated value excluding VAT:
GBP 40000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKJ31
II.1.4) Short description
Portsmouth City Council ('the council') is seeking expressions of interest from suitably qualified and experienced providers for the delivery of care and support services within extra care housing located within the city.

The successful provider will be required to deliver services within 4 properties, being Caroline Square, Brunel Court, Maritime House and Milton Village. The contract may be used to provide services within further extra care housing properties at the option of the Council.

The contract will cover service delivery only with the provision of properties and facilities management delivered by existing providers. Whilst the property and service responsibilities will remain separate there will be an obligation for both parties to work in partnership. The landlord of all 4 schemes is housing and care 21.

The value of the contract is approximately GBP 3 million per annum based upon current demand but could increase to GBP 4 million per annum based upon current plans regarding extra care property portfolio growth. The Council is not bound by this forecasted value increase and may increase the value of the contract significantly should the Council's decide to significantly increase its portfolio of extra care housing properties. The Council is likely to develop and open further extra care properties over the allowable contract term and may, at its sole option, extend the scope of the contract to provide services at these properties.

The successful provider will be required to maintain a capped hourly rate which is reviewed each financial year against relevant indices. The current rate is GBP 14.60, this rate will be reviewed with the revised rate included within the tender documentation as a pass/fail element. As the contacting opportunity is a re-tender of an existing service the provisions set out within the 'Transfer of Undertakings (Protection of Employment) 2006' (TUPE) will apply.

The Council is targeting to have awarded the contract on 15 January 2021 to allow for service commencement on 1 April 2021. The contract will be let for an initial term of 5 years which may then run for a further 5 years in increments set by the Council to a total maximum term of 10 years, subject to performance and at the sole option of the Council.

The services covered under the contract are social services and fall under the 'Light Touch Regime'. The Council will execute this procurement process in general accordance with the ‘Restricted Procedure’ as set out within the Public Contract Regulations (2015) which encompasses an initial shortlisting phase prior to inviting tenders from the shortlisted contractors. The Council may adapt elements of the procedure including for timescales in accordance with Regulations 74-76 of the Public Contracts Regulations (2015).

The procurement programme is as follows:

• issue SSQ documentation: Wednesday 19 August 2020,

• SSQ submission deadline: Wednesday 30 September 2020 14.00,

• invitation to tender issued: Monday 19 October 2020,

• tender return deadline: Wednesday 18 November 2020 14.00,

• notification of preferred bidder/standstill start: Monday 4 January 2021,

• contract award: Friday 15 January 2021,

• contract commencement: Thursday 1 April 2021.

Application is via completion and submission of a project specific supplier status questionnaire (SSQ) by Wednesday 30 September 2020 14.00, which can be obtained from the Council's InTend e-sourcing solution using the following address:

External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

In the interests of managing bidding costs for all parties the council envisages shortlisting a minimum of 3 and a maximum of 5 suppliers who will be invited to submit tenders. Subject to application and satisfying all minimum requirements stated within the table the incumbent supplier — Sevacare (Mayfair Homecare) Ltd — will be allocated one of the tender shortlist places irrespective of overall score rankings.

II.2.5) Award criteria:

Value excluding VAT: GBP 40000000.00
II.02.07) Duration in months 60
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract will be let for an initial term of 5 years which may then run for a further 5 years in increments set by the Council to a total maximum term of 10 years, subject to performance and at the sole option of the Council.

II.2.9.2) Minimum number of candidates: 3
II.2.9.3) Maximum number of candidates: 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
As detailed within the SSQ documentation accessible via External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

In the interests of managing bidding costs for all parties the council envisages shortlisting a minimum of 3 and a maximum of 5 suppliers who will be invited to submit tenders. Subject to application and satisfying all minimum requirements stated within the table the incumbent supplier — Sevacare (Mayfair Homecare) Ltd — will be allocated one of the tender shortlist places irrespective of overall score rankings.

II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes
II.2.11) Options
II.2.11.2) Description of options
The value of the contract is approximately GBP 3 million per annum based upon current demand but could increase to GBP 4 million per annum based upon current plans regarding extra care property portfolio growth. The Council is not bound by this forecasted value increase and may increase the value of the contract significantly should the Council's decide to significantly increase its portfolio of extra care housing properties. The Council is likely to develop and open further extra care properties over the allowable contract term and may, at its sole option, extend the scope of the contract to provide services at these properties.

In the event that the contract is terminated during both the initial and extended term the Council may, at its sole option, approach the second placed supplier from the tender evaluation process undertaken to establish the initial contract to provide the services for the remaining allowable duration. Should the second placed supplier not have capacity or is unable to perform the contract services for any other reason the Council may approach the third placed supplier and so forth.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-09-30
IV.2.2) Local time 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-10-19



Section V: Complementary information



Summer 2025.


Additional Information:

Extra care housing schemes are specialised sheltered housing designed to offer residents a community environment whilst remaining as independent as possible within their own homes. 24 hours care and support is available at all extra care schemes including the provision of planned care and support for those who require it.

The main aim of extra care is to provide high quality support to maximise independence whilst creating a community environment that optimises socialisation and leisure opportunities. The Council views the extra care model as providing the following benefits to residents:

• being able to exercise choice and control in commissioning their care and having an input into their desired outcomes;

• improved quality and consistency of care;

• support to develop life skills;

• improved health and emotional wellbeing;

• maximise independence irrespective of their level of need, now or in the future;

• enables individuals to live independently with dignity within the community in their own homes, if they wish to do so;

• can lead to overcoming social isolation and promote inclusion.

The contract will cover service delivery only with the provision of properties and facilities management delivered by existing providers. Whilst the property and service responsibilities will remain separate there will be an obligation for both parties to work in partnership. The landlord of all 4 schemes is Housing and Care 21.

The Council is seeking to appoint one provider that is suitably qualified to deliver care and support services within an extra care setting. The hours of care and support within each of the schemes will vary dependent on the number of allocated block hours and the number of hours allocated to each individual support plan. Block hours are allocated per scheme. These hours are to be used flexibly but may include tasks such as responding to Tunstall calls, responding to emergencies, additional welfare checks etc.

Each resident requiring care and support will have an assessment from the Council detailing the outcomes that the resident wants to achieve. Timings and how the provider will achieve these will be set out in the provider's support plan and agreed with the resident and their families/friends (if required).


Review body:
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: UK
Telephone: +44 2079476000
URL: https://www.justice.gov.uk/

Section VI

Date of dispatch of this notice : 2020-08-17

CPV Codes
85144100; 85311100; 85311000; 98330000; 98311100; 98311200; 98311000; Residential nursing care services; Welfare services for the elderly; Social work services with accommodation; Physical well-being services; Laundry-management services; Laundry-operation services; Laundry-collection services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.