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

Oakhaven Development.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

City of York Council
West Offices, Station Rise
Contact point(s): Andy Wilcock
For the attention of: http://[email protected]
YO1 6GA York
United Kingdom
Telephone: +44 1904552221

Internet address(es):

General address of the contracting authority: http://york.gov.uk

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Oakhaven Development.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKE21

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)
1.1 The Authority is seeking to appoint a partner to manage the design, construction and operation of an over 55's mixed tenure Extra Care Development on the site of the (closed) Oakhaven Older Persons' Home, on Acomb Road in York. The ambitions for the project (as described in the OJEU contract notice) include the raising of capital (as required) for the design and construction of the Extra Care development, the management and ongoing maintenance of the development and the provision of personal care to those residents who have a care need and who choose to purchase from the on-site provision.
II.1.6)Common procurement vocabulary (CPV)

45215214, 45215213, 45215100, 85144100, 85000000, 45210000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT: 20 000 000 GBP
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents.
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: yes
Description of particular conditions: Full details included in the tender documents
1.1 The Authority is seeking to appoint a partner to manage the design, construction and operation of an over 55's mixed tenure Extra Care Development on the site of the (closed) Oakhaven Older Persons' Home, on Acomb Road in York. The ambitions for the project (as described in the OJEU contract notice) include the raising of capital (as required) for the design and construction of the Extra Care development, the management and ongoing maintenance of the development and the provision of personal care to those residents who have a care need and who choose to purchase from the on-site provision.
1.2 We ask the partner to propose the best solution for the site in terms of:
1.2.1 the quantity and size of units of accommodation, though some units are required to have two-bedrooms;
1.2.2 the tenure mix, other than the Council's specific requirements at 1.3 below.
1.2.3 the extent of communal facilities made available; though this must include a cafeteria serving a choice of hot meals and
1.2.4 the provision of gardens and car parking.
1.3 The precise tenure mix is for the Bidder to determine, though
1.3.1 The development is to be of mixed tenure
1.3.2 5 units are to be available on a Low Cost Home Ownership for the Elderly lease (over which the Council will have nomination rights); and
1.3.3 20 of the housing units are to be available at a rent which will not exceed the Local Housing Allowance (over which the Council will have nomination rights), 15 of these will be of one-bedroom and 5 two-bedroom units..
1.4 The specification of individual units is to be ‘tenure blind’ and affordable/social tenure units are to be pepper-potted around the development.
1.5 The Council's nomination rights will be determined via a Nomination Rights Agreement.
1.6 The Landlord will be an Approved Registered Provider.
1.7 Personal care will be provided to a standard that ensures that Care Quality Commission registration is obtained and maintained.
The cost of personal care will be met by the recipient of care and those recipients who are eligible for local authority financial support will receive this in the form of a Personal Budget/Individual Service Fund and payments for care will be through utilisation of this approach. Recipients retain the right to purchase care from a provider other than the one dedicated to the scheme
1.8 The 0.87 acres site was previously uses as an older persons' home and is in the freehold ownership of the Council. Vacant possession will be provided on entry into the Building Lease.
1.9 The North Yorkshire Police have indicated that they might be prepared to vacate their adjacent police station and rear yard/outbuildings at a later date. Bidders are required to take this potential later expansion into account, in the design of their scheme.
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
III.3.2)Staff responsible for the execution of the service

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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
DN217355
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
12.12.2016 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

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
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.11.2016

Other interesting websites