Contract notice

Information

Published

Expire date: 19/07/2024

External Reference: 2024-578138

FTS Reference: 2024-018899

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hull City Council
168524345
The Guildhall, Alfred Gelder Street
Hull
HU1 2AA
UK
Contact person: Simon Bugg
Telephone: +44 1482615117
NUTS code:  UKE11 -  Kingston upon Hull, City of
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81569&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Specialist Housing Related Support and Floating Support for people with Learning Disabilities/Autism and Mental Health needs
Reference number:  87300
II.1.2)

Main CPV code

85300000  -  Social work and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Hull City Council (The Authority) is seeking tenders from interested organisations to provide Specialist Housing Related Support. The Tender is split into 4 separate Lots. The tender process to be used is an open procedure (Light Touch Regime). The contract is anticipated to commence 1 December 2024 with the initial term of the contract ending by 30 November 2029 with an option to extend for a period or periods of 12 months, not to exceed 24 months (30 November 2031). The Authority has estimated the value of the Services for the 7-year period to be £7,731,214.40. The contracts though have a level of flexibility with the ability to increase the Number of Units, Service hours, if there is the demand, throughout the term of the contracts, this flexibility allows for the full- term total value for all contracts under the 4 Lots to increase to a maximum of £29,834,231.84.
II.1.5)

Estimated total value

Value excluding VAT: 29834231.84  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Accommodation based Specialist HRS for people with Learning Disabilities and Autism
Lot No:  1
II.2.2)

Additional CPV code(s)

85311000  -  Social work services with accommodation
II.2.3)

Place of performance

NUTS code:  UKE11 -  Kingston upon Hull, City of
Main site or place of performance:  
Hull City Council boundary
II.2.4)

Description of the procurement

Accommodation based Specialist HRS for people with Learning Disabilities and Autism. 100 units for the provision of specialist accommodation and non-care related support for people. The service will provide homes (either temporary or permanent – dependent on the circumstance of the person). The Service will act as an early intervention and preventative service to support vulnerable people at risk of homeless to provide the skills, resilience, and pathway to improve independence for people.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 12090000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated total value of Lot 1, for the 7-year period based on the allocation of 100 units per annum is £3,306,212.00, but the framework has mechanisms in place to grow to 505 units per annum, with an estimated value of £12,090,00.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
II.2)

Description

II.2.1)

Title

Lot 2 - Accommodation based specialist HRS for people with Mental Health needs
Lot No:  2
II.2.2)

Additional CPV code(s)

85311000  -  Social work services with accommodation
II.2.3)

Place of performance

NUTS code:  UKE11 -  Kingston upon Hull, City of
Main site or place of performance:  
Hull City Council boundary
II.2.4)

Description of the procurement

Accommodation based Specialist HRS for people with Mental Health Needs. A total of 100 units for the provision of specialist accommodation and non-care related support for people. The service will provide homes (either temporary or permanent – dependent on the circumstance of the person). The Service will act as an early intervention and preventative service to support vulnerable people at risk of homeless to provide the skills, resilience, and pathway to improve independence for people.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 12090000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated total value of Lot 2, for the 7-year period based on the allocation of 100 units per annum is £3,306,212.00, but the framework has mechanisms in place to grow to 505 units per annum, with an estimated value of £12090,00.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
II.2)

Description

II.2.1)

Title

Lot 3 - Specialist Floating Support for people with Learning and/or Autism (1)
Lot No:  3
II.2.2)

Additional CPV code(s)

85311000  -  Social work services with accommodation
II.2.3)

Place of performance

NUTS code:  UKE11 -  Kingston upon Hull, City of
Main site or place of performance:  
Hull City Council boundary
II.2.4)

Description of the procurement

Specialist Floating Support for people with Learning Disabilities and/or Autism. 80 Hours per week of Specialist Floating Support to provide non-care related support for people with Learning Disabilities and/or Autism in order to ensure they can live independently in their own home. The Specialist Floating Support Service aims to provide a preventative and reactive services to support vulnerable adults with a Learning Disability and or Autism to provide the skills, resilience, and pathway to enable greater independence and reduce the risk of homelessness.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2827000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated total value of Lot 3, for the 7-year period based on the allocation of 80 hours of service per week is £559,395.00 but the framework has mechanisms in place to grow to 911 hours per week, with an estimated value of £2827000.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.
II.2)

Description

II.2.1)

Title

Lot 4 - Specialist Floating Support for people with Mental Health Needs (1)
Lot No:  4
II.2.2)

Additional CPV code(s)

85311000  -  Social work services with accommodation
II.2.3)

Place of performance

NUTS code:  UKE11 -  Kingston upon Hull, City of
Main site or place of performance:  
Hull City Council Boundary
II.2.4)

Description of the procurement

Specialist Floating Support for people with Mental Health Needs. 80 Hours per week of Specialist Floating Support to provide non-care related support for people with Mental Health Needs, in order to ensure they can live independently in their own home. The Specialist Floating Support Service aims to provide a preventative and reactive services to support vulnerable adults with Mental Health Support Needs to provide the skills, resilience, and pathway to enable greater independence and reduce the risk of homelessness.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2827000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The estimated total value of Lot 3, for the 7-year period based on the allocation of 80 hours of service per week is £559,395.00 but the framework has mechanisms in place to grow to 911 hours per week, with an estimated value of £2827000.00 (hence why this value has been published within Section ii.2.6. Further details regarding, awards, allocations & min-comps can be found within the Tender docs.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  For Lots 1 & 2 Providers or their intend Sub-Contracted partner(s) must be a Registered Social Landlord (RSL).
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

The contracts have KPI's set these can be found within the Tender Pack.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Note - There is no max No, of operators for Lots 1 & 2 (See tender pack for further details.
This tender is being procured through a Light Touch Pseudo framework (Light Touch Regime), due to the nature of the requirement and the need for Service Providers to have a level of security in relation to their investment in accommodation stock a 7yr framework seems fit.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/07/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/07/2024
Local time:  12:00
Place:  
seal electronically opened via the YORtender portal,
Information about authorised persons and opening procedure:  
by authorised Hull City Council Procurement staff, once the Tender has closed.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The Tender pack provides further information regarding Contract Awards, Evaluation criteria, Thresholds for awards, and details regarding min-competitions for Lots 1 & 2.
VI.4)

Procedures for review

VI.4.1)

Review body

Hull City Council, Town Clerks Service. Legal Department
The Guildhall
Hull
HU1 2AA
UK
Telephone: +44 1482612769
Internet address: http://www.hullcc.gov.uk