Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
UK
Contact person: Miss Helen Bold
E-mail: helen.bold@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.buckinghamshire.gov.uk/
Address of the buyer profile: https://www.supplybucksbusiness.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplybucksbusiness.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplybucksbusiness.org.uk/
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
Block Residential, Nursing and Extra Care Services in Buckinghamshire
Reference number: DN745588
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Buckinghamshire Council is seeking a single provider to deliver care and support into four residential establishments in Buckinghamshire through a block contract
1. The Croft Care Home is a 60-bed residential Establishment. Included within the block contract are 25 residential and 27 Residential Dementia beds. The remaining 8 beds are available for the Provider to use at their discretion.
2. The Chestnuts Care Home is a 64-bed residential Establishment. Included within the block are 16 residential and 27 residential dementia beds and 12 Extra care beds. Willowmead Court is a 12-unit extra care facility attached to the Care Home. The remaining 21 beds are available for the Provider to use at their discretion.
3. Hazlemere Lodge care home is a 64-bed residential Establishment with nursing. Included within the block Agreement are 32 Nursing beds, 16 residential beds and 12 Extra Care beds. St James Court is a 12 unit extra care facility attached to the care home. The remaining 16 beds are available for the Provider to use at their discretion.
4. Swan House care home is a 32-bed residential Establishment. Included within the block are 10 residential and 8 residential dementia beds and 12 extra care beds. Swan Court is the 12-unit Extra Care facility attached to the Care Home. The remaining 14 beds are available for the Provider to use at their discretion.
II.1.5) Estimated total value
Value excluding VAT:
117 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85144000
85144100
85311100
II.2.3) Place of performance
NUTS code:
UKJ13
Main site or place of performance:
Buckinghamshire
II.2.4) Description of the procurement
Buckinghamshire Council is seeking a single provider to deliver care and support into four residential establishments in Buckinghamshire through a block contract
1. The Croft Care Home is a 60-bed residential Establishment. Included within the block contract are 25 residential and 27 Residential Dementia beds. The remaining 8 beds are available for the Provider to use at their discretion.
2. The Chestnuts Care Home is a 64-bed residential Establishment. Included within the block are 16 residential and 27 residential dementia beds and 12 Extra care beds. Willowmead Court is a 12-unit extra care facility attached to the Care Home. The remaining 21 beds are available for the Provider to use at their discretion.
3. Hazlemere Lodge care home is a 64-bed residential Establishment with nursing. Included within the block Agreement are 32 Nursing beds, 16 residential beds and 12 Extra Care beds. St James Court is a 12 unit extra care facility attached to the care home. The remaining 16 beds are available for the Provider to use at their discretion.
4. Swan House care home is a 32-bed residential Establishment. Included within the block are 10 residential and 8 residential dementia beds and 12 extra care beds. Swan Court is the 12-unit Extra Care facility attached to the Care Home. The remaining 14 beds are available for the Provider to use at their discretion.
Providers must be registered with the Care Quality Commission (CQC). The Provider must have a good track record and be rated by CQC as ‘Good’ or above in 50% of their registered service portfolio or be registered as ‘Good’ or above if they only have one other service.
There will be a lease between the Registered Landlord and the successful Provider.
The Council is of the opinion that TUPE may apply.
The Contract will start on 8th December 2025 for a period of 10 years. There is an option to extend the contract for a further period of up to three years (36 months).
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:
117 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for a period of up to 36 months.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
The Council will use the Government's Standard Selection Questionnaire (SQ) to gather information on, and make assessments of, potential suppliers’ technical and professional abilities, economic and financial standing and whether any of the exclusion grounds apply. The standard selection questions will ask potential suppliers to self-declare their status against the exclusion grounds, and provide evidence of their suitability to pursue a professional activity, economic and financial standing, and technical and professional ability. Potential suppliers must be registered with the Care Quality Commission (CQC).
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 contract period is for 10 years commencing on 8th December 2025. The contract has an option to extend for a period of up to a further 3 years.
The total Contract value has been estimated at £117,000,000 i.e. for the initial term and the potential 3 years extension. The estimated annual value is 9M p.a.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
07/04/2025
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/04/2025
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: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Council is conducting the procurement under Section 7 Regulations 74-76 Social and other Specific Services under the Public Contracts Regulations 2015 (PCR 2015). A restricted procedure is being used.
This tender aim is to provide the full tender documentation suite for the week commencing 10th March 2025 on www.supplybucksbusiness.org.uk
Please note that this will allow bidders 4 weeks to review, ask clarification questions and submit their Selection Questionnaire submission by 7th April 2025.
If there are any further delays in making the full tender documentation available we will, in due course, delay the SQ submission deadline accordingly to ensure that bidders have sufficient time to allow them to review, ask clarifications and submit their SQs.
VI.4) Procedures for review
VI.4.1) Review body
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
UK
VI.5) Date of dispatch of this notice
21/02/2025