Contract notice

Information

Published

Expire date: 12/09/2024

External Reference: 2024-558740

FTS Reference: 2024-025603

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Barnsley Metropolitan Borough Council
N/A
Town Hall
Barnsley, South Yorkshire
S70 2TA
UK
Contact person: Katie Tomlinson
Telephone: +44 0126000000
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84148&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

Extra Care
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Barnsley MBC (the Council) is looking to establish a contract for Extra Care Housing to provide onsite personal care and related support (wellbeing and housing-related support) element within two extra care schemes in the Borough of Barnsley. The service will be delivered by a single provider operating across two locations in Hoyland and Royston. The incumbent provider has confirmed that they do not intend to bid for this provision and has released TUPE information to the council. The Council’s allowance for the Core contract is £689,168.48 per annum at the time of this tender. The Council’s estimated total annual spend for 2024/25 is approximately £744,303.56. This includes the core allowance, as detailed above, plus the cost of current additional care hours delivered above the core. The allowance for the core contract is the minimum guaranteed payment.
II.1.5)

Estimated total value

Value excluding VAT: 2232910.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85310000  -  Social work services
85311100  -  Welfare services for the elderly
85312000  -  Social work services without accommodation
85312100  -  Daycare services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
II.2.4)

Description of the procurement

Barnsley Metropolitan Borough Council (the Council) is looking to establish a contract for Extra Care Housing, the project is to provide onsite personal care and related support (wellbeing and housing-related support) element within two of the four extra care schemes in the Borough of Barnsley. The service will be delivered by a single provider operating across both buildings. The two locations are:
• Fitzwilliam Court, Bethel Street, Hoyland, Barnsley, South Yorkshire, S74 9JZ
• Westmeads, Meadstead Drive, Royston, Barnsley, South Yorkshire, S71 4PT
The procurement is being undertaken as an open procedure under the Light Touch Regime schedule of services.
The incumbent provider has confirmed that they do not intend to bid for this provision. The incumbent provider has released TUPE information to the council. Please Note the TUPE Staffing Information for this procurement is available once the confidentiality agreement is signed and returned via the messages area of the YORtender portal. The confidentiality agreement is contained within Part 7 – Declarations. We advise for all those wishing to submit a bid that they request for the TUPE information to enable pricing accordingly for this provision.
The Council’s allowance for the Core contract is £689,168.48 per annum at the time of this tender. The Council’s estimated total annual spend for 2024/25 is approximately £744,303.56. This includes the core allowance, as detailed above, plus the cost of current additional care hours delivered above the core. This is currently approximately 2,457 care hours per annum. The need for care and support will fluctuate over the duration of the contract and service users will retain choice over their care provider. The authority does not guarantee the additional care hours above those funded within the core. Current hours may not be sustained and could increase or decrease during the term of the contract. The allowance for the core contract is the minimum guaranteed payment
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: 2232910.68  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2024  /  End: 31/10/2027
This contract is subject to renewal: yes
Description of renewals:  
The Contract will run for a period of 1 year with an option to extend for 2 further periods each of 12 months.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  12/09/2024
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  12/09/2024
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK