By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Cambridgeshire Extra Care Schemes.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

LGSS
John Dryden House, 8-10 The Lakes
For the attention of: Mr Jason Shanks
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604365671
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.lgss.co.uk

Address of the buyer profile: www.northamptonshire.gov.uk

Further information can be obtained from: LGSS
John Dryden House, 8-10 The Lakes
Contact point(s): Mr Jason Shanks
For the attention of: Mr Jason Shanks
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604365671
E-mail: [email protected]

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: LGSS
John Dryden House, 8-10 The Lakes
For the attention of: Mr Jason Shanks
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604365671
E-mail: [email protected]

Tenders or requests to participate must be sent to: LGSS
John Dryden House, 8-10 The Lakes
For the attention of: Mr Jason Shanks
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604365671
E-mail: [email protected]

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cambridgeshire Extra Care Schemes.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKH12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Extra care housing is defined as specialist accommodation designed to maximise the independence of older people by providing a safe, secure and stimulating environment. Service Users retain the independence of having their own home and at the same time benefit from the availability of around the clock social care and housing support. The care and support service is expected to enable Service Users to live independently and to maximise the Service Users capacity to carry out tasks themselves.
The objectives of the service are to: · develop Service Users' capacity to live independently within the community; · reduce the number of people entering residential or nursing home care; · reduce the number of emergency admissions to hospital; · facilitate timely and safe discharge from hospital; · maximise the number of people who are supported to participate in community activities; · (Where the Provider is not also the Housing Provider), to facilitate and assist communication between the Service User and the Housing Provider. Cambridgeshire County Council is looking for suitbale and regsitered Organisations to tender for the provision of these service in four individual schemes.
II.1.6)Common procurement vocabulary (CPV)

85000000, 98000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Extra care housing is defined as specialist accommodation designed to maximise the independence of older people by providing a safe, secure and stimulating environment. Service Users retain the independence of having their own home and at the same time benefit from the availability of around the clock social care and housing support. The care and support service is expected to enable Service Users to live independently and to maximise the Service Users capacity to carry out tasks themselves. The objectives of the service are to: · develop Service Users' capacity to live independently within the community; · reduce the number of people entering residential or nursing home care; · reduce the number of emergency admissions to hospital; · facilitate timely and safe discharge from hospital; · maximise the number of people who are supported to participate in community activities; · (Where the Provider is not also the Housing Provider), to facilitate and assist communication between the Service User and the Housing Provider. Cambridgeshire County Council is looking for suitbale and regsitered Organisations to tender for the provision of these service in four individual schemes.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot title: Jubilee Court
1)Short description
Jubilee Court was opened in 2003 and is a purpose built extra care scheme. The scheme is managed by Sanctuary Housing and it is conveniently located in the centre of March with access to local shops and facilities. The accommodation comprises of 36 flats.(See Pen Pictures and other documentation for further information).
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
See Tender documentation for further information.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Lot title: Nichols Court
1)Short description
Nichols Court was opened in 2010 and is a purpose built extra care scheme. The scheme is managed by Sanctuary Housing and located in Linton in south Cambridgeshire. The scheme has a total of 40 flats of which 32 are one bedroom and 8 have two bedrooms.(See Pen Pictures and other documentation for further information).
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
See Tender documentation for further information.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Lot title: Park View
1)Short description
Park View was opened in 2011and is a purpose built extra care scheme. The scheme is managed by Luminus and it is conveniently located in the centre of Huntingdon near to local shops and a GP surgery. The accommodation comprises of 29 one-bedroom flats and 5 two-bedroom leasehold flats.(See Pen Pictures and other documentation for further information).
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
See Tender documentation for further information.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Lot title: Popyfields
1)Short description
Hanover Housing in St Neots opened Poppyfields in 2004. The scheme consists of 34 flats and is located near to a large Tesco superstore and a GP surgery. The scheme is a short bus journey from the centre of the town. Poppyfields consists of 31 one-bedroomed flats.(See Pen Pictures and other documentation for further information).
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
See Tender documentation for further information.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Where the contract value is expected to be £500, 000 or more, the Authority may wish to obtain a Parent Company Guarantee, from organisations with a Parent Company, Performance Bond or any other sureties. If your organisation has a Parent Company, please confirm that it is willing to provide a Parent Company Guarantee (in the attached form) and detail which Parent Company would provide the guarantee. If your organisation does not have a Parent Company, please confirm that it would be willing to provide a Performance Bond or any other sureties and provide details.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: During the PQQ stage, the intention is to arrive at a shortlist of approximately 5 qualified Potential Providers per Lot who achieve a minimum score of 60 % in this PQQ .In the event that there is a high number of Potential Providers who attain the minimum number of marks the Authority will prioritise by highest score when selecting Potential Providers to be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9U9E-EDU4YX
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.7.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.7.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

LGSS
John Dryden House, 8-10 The Lakes
NN4 7YD Northampton
UNITED KINGDOM
E-mail: [email protected]

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: LGSS will incorporate a minimum 10 calendar day standstill period in its procurement timetable, starting from the date when the award decision notification is dispatched to bidders. This period allows unsuccessful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Applicants have until midnight of the 2nd working day of the standstill period for their additional debriefing requests to reach the authority. A response to such a request must be provided to the tenderer by a minimum of 3 working days before expiry of the standstill period. If an appeal regarding the procurement process has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 N0.5) provide for the aggrieved parties, who have been, or are at risk of, harm by a breach of the procurement rules, to bring an action in the High Court. Any such action must be brought promptly and in any event within 3 months of the date when the grounds of complaint first arose. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the court to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained

LGSS
John Dryden House, 8-10 The Lakes
NN4 7YD Northampton
UNITED KINGDOM
E-mail: [email protected]

VI.5)Date of dispatch of this notice:
3.6.2015