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
E-mail: katietomlinson@barnsley.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.barnsley.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835
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 sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84148&B=UK
Tenders or requests to participate must be sent 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
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:
2 232 910.00
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
85311100
85312000
85312100
II.2.3) Place of performance
NUTS code:
UKE31
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:
2 232 910.68
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.2.9) Information about the limits on the number of candidates to be invited
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 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
EN
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
VI.5) Date of dispatch of this notice
13/08/2024