Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Leeds City Council
Civic Hall, Calverley Street
Leeds
LS11UR
UK
E-mail: peopleservicescategory@leeds.gov.uk
NUTS: UKE42
Internet address(es)
Main address: www.leeds.gov.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
Provision of managed extra care services at Assisi Place in Hunslet and Yew Tree and Rosewood Court in Moor Allerton
Reference number: 96792
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The work of extra care services at Assisi Place in Hunslet and Yew Tree and Rosewood Court in Moor Allerton will help contribute to all of the outcomes stated in the current Leeds Joint Health and Wellbeing Strategy which will help contribute to people living longer and healthier lives; helping people to live full, active and independent lives.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
3 734 234.50
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Provision of extra care services at Yew Tree and Rosewood Court
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKE42
Main site or place of performance:
Yew Tree and Rosewood Court in Moor Allerton
II.2.4) Description of the procurement
The work of extra care services at Yew Tree and Rosewood Court will help contribute to all of the outcomes stated in the current Leeds Joint Health and Wellbeing Strategy. The nature and ethos of the services contribute to: people living longer and healthier lives; helping people to live full, active and independent lives; ensuring that people's quality of life is improved by access to quality services; involving people in decisions made about them, and; helping people to live in healthy and sustainable communities. Further, the services covered will contribute towards the health and wellbeing component of the Best City Ambition by continuing service provision which provides high quality care as part of an integrated system, in this case including affordable housing, which supports people to age well, focuses on prevention and early intervention but also seeks to empower people and support their independence.
Also, with regards to inclusive growth, the services will continue to offer local recruitment opportunities that are in line with the Council's ambitions around a respected and prestigious care sector. This includes on the job training and personal development opportunities.
II.2.5) Award criteria
Quality criterion: Method Statement Question 1
/ Weighting: 800
Price
/ Weighting:
0
II.2.11) Information about options
Options:
Yes
Description of options:
Due to the nature and criticality of this scheme, the Council have the discretion to extend the terms of the agreement in pursuant of Regulation 32(2)(b)(ii) on the ground that where no reasonable alternative or substitute exists, and the absence of competition is not the result of an artificial narrowing down of the parameters at the time of procurement.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Provision of extra care at Assisi Place in Hunslet
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKE42
Main site or place of performance:
Assisi Place in Hunslet
II.2.4) Description of the procurement
The work of extra care service at Assisi Place will help contribute to all of the outcomes stated in the current Leeds Joint Health and Wellbeing Strategy. The nature and ethos of the services contribute to: people living longer and healthier lives; helping people to live full, active and independent lives; ensuring that people's quality of life is improved by access to quality services; involving people in decisions made about them, and; helping people to live in healthy and sustainable communities. Further, the services covered by this report contribute towards the health and wellbeing component of the Best City Ambition by continuing service provision which provides high quality care as part of an integrated system, in this case including affordable housing, which supports people to age well, focuses on prevention and early intervention but also seeks to empower people and support their independence.
In addition, with regards to inclusive growth, the service will continue to offer local recruitment opportunities that are in line with the Council's ambitions around a respected and prestigious care sector. This includes on the job training and personal development opportunities.
II.2.5) Award criteria
Quality criterion: Method Statement Question 1
/ Weighting: 800
Price
/ Weighting:
0
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
Due to the nature and criticality of this scheme, the Council have the discretion to extend the terms of the agreement in pursuant of Regulation 32(2)(b)(ii) on the ground that where no reasonable alternative or substitute exists, and the absence of competition is not the result of an artificial narrowing down of the parameters at the time of procurement.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Explanation
32 (2) The negotiated procedure without prior publication may be used for public works contracts, public supply contracts and public service contracts in any of the following cases:-
(b) where the works, supplies or services can be supplied only by a particular economic operator for any of the following reasons:-
(ii) competition is absent for technical reasons,...
but only, in the case of paragraph (ii)..., where no reasonable alternative or substitute exists, and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement;" The services are delivered at sites at which LCC holds nomination rights. Both sites are owned and operated by MHA with LCC's access to the sites being through nominations agreements which permit LCC to place people into apartments covered by these services.
The nomination agreements as written see the level of access drop from 100% of the identified apartments to 75% of identified apartments, with the onsite provision covering both the apartments LCC has access to as well as the apartments outside of this access. This is even more pertinent as the 75% nomination rights are abided by moving forward.
Current and future service users will have the choice to opt out of receiving planned care from the on-site provider delivering care at each scheme. Applying unfettered choice and control to the onsite 24/7 staffing is impractical and not viable but is also not funded by LCC.
At both schemes the existing tenants have opted to receive any planned care and support from MHA as the on-site provider as part of their ability to utilise their personal choice in respect of their care and support provider. This approach will ensure MHA remain a care provider option as a part of that choice.
No conflict of interests were identified throughout the process.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
Contract No: 96792
Title: Provision of a 24/7 Core Wellbeing Service with Potential for Planned Care and Support at Methodist Homes Extra Care Schemes with Leeds City Council Nominations
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/02/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Methodist Homes
04043124
Epworth House, Stuart Street
Derby
DE1 2EQ
UK
Telephone: +44 755243136
E-mail: sarah.fox@mha.org.uk
NUTS: UKF11
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 3 734 234.50
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderer. This period allows public to seek further information from the contracting authority before the contract is entered into.
Such additional information should be requested from the addressee found in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen).
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. Following the correct implementation of a 10 day standstill period and publication of appropriate notices the court may only award damages once the contract has been entered into.
VI.5) Date of dispatch of this notice
13/05/2025