Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
UK
Contact person: Ian Clark
E-mail: ian.clark@surreycc.gov.uk
NUTS: UKJ2
Internet address(es)
Main address: https://www.surreycc.gov.uk/
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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
SCC IC Extra Care Housing Care and Support
Reference number: DN2677
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Surrey County Council are undertaking a procurement under the Light Touch Regime (regulation 74 of The Public Contracts Regulations 2015) to identify suitably experienced CQC-regulated providers to
deliver care and support to residents extra care housing settings. Successful bidders will be awarded a Light Touch Contract that incorporates elements of a Framework Agreement. The Light Touch contract will allow them to respond to future mini competitions for extra care housing settings.
II.1.5) Estimated total value
Value excluding VAT:
85 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
85320000
85312000
II.2.3) Place of performance
NUTS code:
UKJ2
Main site or place of performance:
The county of Surrey
II.2.4) Description of the procurement
The Council has established an Accommodation with Care and Support (AwCS – which is now referred to as Right Homes Right Support) Strategy, which details Surrey County Council’s strategic objectives in respect of its long-term commissioning of services for the vulnerable residents of the county. The strategy documents the Council’s intentions to work jointly with the supply market to develop partnerships that will facilitate the council’s desire to move away from dependence on residential care and nursing care.
The AwCS Strategy was presented to the Council’s Cabinet in July 2019 and included the ambition to develop an additional 725 affordable unit of extra care housing in Surrey by 2030.
The Council has proceeded to identify various sites for development and sought to procure development and operational partners to undertake the design, build, finance and operate (DBFO) of extra care housing provision. As at October 2024, approximately 530 affordable extra care housing units are in the pipeline of development across Surrey.
For the purposes of enabling the Council to make efficient use of existing commissioning models in respect of the provision of care services to vulnerable older persons and to align the care provided to the occupants of the extra care housing with that provided more widely, the Council shall be procuring the care service separately.
The object of this tender opportunity is to identify suitably experienced CQC-regulated providers to deliver care and support to residents in these new extra care housing settings. The Council may also make use of this Light-Touch Contract for sites outside of this programme where it has a requirement for care and support.
Successful bidders will be awarded a Light-Touch Contract which incorporates elements of a Framework Agreement. The Light-Touch Contract will allow the providers to respond to future mini competitions for extra care housing settings, which are scheduled in advance of their anticipated opening date in the construction pipeline. In response to SCC’s service and strategic needs, Call Offs under the Light-Touch Contract could be for one or more settings (i.e. a bundle of locations).
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:
85 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Contract will have optional extension periods of 1+1 year
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:
13/01/2025
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
13/01/2025
Local time: 17:00
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
High Court of England and Wales
Strand, City of Westminster
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
29/11/2024