Notice Information
Notice Title
Supported Living at Brickfields
Notice Description
This is an invitation to tender for Supported Living services at Brickfields. The Council has identified that there is a current lack of appropriate supported living services for people with physical disability and/or acquired brain injury in Brighton and Hove (the "city"), meaning people often have to go out of the city or live in inappropriate residential services. Therefore, the Council is developing a new supported living service in Hove. The new development in Ingram Crescent, Hove will provide 28 self-contained flats for people with physical disability and acquired brain injury. The building will be wheelchair accessible throughout and will have communal space and facilities for staff on site. The construction of the site is due to be completed in spring 2026. The Registered Provider (landlord function) will be identified separately by the Council and it will be key for the chosen support provider to agree to work effectively with the nominated Registered Provider to deliver an efficient and joined-up service. The Successful Provider will provide a 24-hour Supported Living Service where support is provided for up to twenty-nine Individuals who have Physical Disability and/or Acquired Brain Injury. There will be four units within the Service that are specifically for 18-25 year olds, and two units that would be suitable for people with bariatric needs. There will be one two-bedroom unit. The Provider will provide outcome focused support that meets the aims and goals agreed with each Individual. The Provider will provide person-centred support, a strengths-based approach and promote positive risk taking. The Provider will work in a creative way to address people's needs and outcomes in their Care and Support Plans. The Provider shall deliver the Service in accordance with the requirements of the Care Quality Commission (CQC) or any successor organisation.
Lot Information
Lot 1
Renewal: Extensions will be used as required subject to the satisfactory performance of the service provider
Planning Information
We wish to invite interested Support Providers to an online Market Briefing which will be taking place on 28th March 2025 at 10:30am via Microsoft Teams. The purpose of the event will be to: • Update the market on developments for the direction and requirements for the procurement regarding the Registered Provider (landlord function) element which will be identified separately by the Council. • Share with you our strategic vision and priorities for the service • Share our vision for the building and model of partnership working with a Registered Provider (landlord function) • Update on the proposed procurement route and indicative timetable • Discuss social value and sustainability priorities for the council Potential Support Providers wishing to attend these events should express interest via email (to Maddie.hawkes@brighton-hove.gov.uk) by 5pm on Wednesday 26th March 2025. Should you have any questions that you would like answered at the event, please submit these via email at time of expressing interest by 5pm Wednesday 26th March 2025 latest. Any interested organisation with the experience, capability and capacity to deliver the ambition laid out in this Preliminary Market Engagement notice may register for this event. We very much look forward to seeing you, Brighton and Hove City Council Commissioning Team
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ea7f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016333-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £16,000,000 £10M-£100M
- Lots Value
- £16,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Apr 202510 months ago
- Submission Deadline
- 20 May 2025Expired
- Future Notice Date
- 22 Apr 2025Expired
- Award Date
- Not specified
- Contract Period
- 5 Jan 2026 - 4 Jan 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BRIGHTON AND HOVE CITY COUNCIL
- Contact Name
- Sophie Furniss
- Contact Email
- sophie.furniss@brighton-hove.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HOVE
- Postcode
- BN3 3BQ
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ21 Brighton and Hove
- Delivery Location
- TLJ21 Brighton and Hove
-
- Local Authority
- Brighton and Hove
- Electoral Ward
- Central Hove
- Westminster Constituency
- Hove and Portslade
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/016333-2025
22nd April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013883-2025
9th April 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008341-2025
7th March 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ea7f-2025-04-22T16:32:58+01:00",
"date": "2025-04-22T16:32:58+01:00",
"ocid": "ocds-h6vhtk-04ea7f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNNH-3312-CQGT",
"name": "Brighton and Hove City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PNNH-3312-CQGT"
},
"address": {
"streetAddress": "Hove Town Hall, Norton Road",
"locality": "Hove",
"postalCode": "BN3 3BQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ21"
},
"contactPoint": {
"name": "Sophie Furniss",
"email": "sophie.furniss@brighton-hove.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.brighton-hove.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNNH-3312-CQGT",
"name": "Brighton and Hove City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "We wish to invite interested Support Providers to an online Market Briefing which will be taking place on 28th March 2025 at 10:30am via Microsoft Teams. The purpose of the event will be to: * Update the market on developments for the direction and requirements for the procurement regarding the Registered Provider (landlord function) element which will be identified separately by the Council. * Share with you our strategic vision and priorities for the service * Share our vision for the building and model of partnership working with a Registered Provider (landlord function) * Update on the proposed procurement route and indicative timetable * Discuss social value and sustainability priorities for the council Potential Support Providers wishing to attend these events should express interest via email (to Maddie.hawkes@brighton-hove.gov.uk) by 5pm on Wednesday 26th March 2025. Should you have any questions that you would like answered at the event, please submit these via email at time of expressing interest by 5pm Wednesday 26th March 2025 latest. Any interested organisation with the experience, capability and capacity to deliver the ambition laid out in this Preliminary Market Engagement notice may register for this event. We very much look forward to seeing you, Brighton and Hove City Council Commissioning Team",
"dueDate": "2025-03-28T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "008341-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008341-2025",
"datePublished": "2025-03-07T12:46:36Z",
"format": "text/html"
},
{
"id": "013883-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013883-2025",
"datePublished": "2025-04-09T10:54:53+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "PM3_5689",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Supported Living at Brickfields",
"description": "This is an invitation to tender for Supported Living services at Brickfields. The Council has identified that there is a current lack of appropriate supported living services for people with physical disability and/or acquired brain injury in Brighton and Hove (the \"city\"), meaning people often have to go out of the city or live in inappropriate residential services. Therefore, the Council is developing a new supported living service in Hove. The new development in Ingram Crescent, Hove will provide 28 self-contained flats for people with physical disability and acquired brain injury. The building will be wheelchair accessible throughout and will have communal space and facilities for staff on site. The construction of the site is due to be completed in spring 2026. The Registered Provider (landlord function) will be identified separately by the Council and it will be key for the chosen support provider to agree to work effectively with the nominated Registered Provider to deliver an efficient and joined-up service. The Successful Provider will provide a 24-hour Supported Living Service where support is provided for up to twenty-nine Individuals who have Physical Disability and/or Acquired Brain Injury. There will be four units within the Service that are specifically for 18-25 year olds, and two units that would be suitable for people with bariatric needs. There will be one two-bedroom unit. The Provider will provide outcome focused support that meets the aims and goals agreed with each Individual. The Provider will provide person-centred support, a strengths-based approach and promote positive risk taking. The Provider will work in a creative way to address people's needs and outcomes in their Care and Support Plans. The Provider shall deliver the Service in accordance with the requirements of the Care Quality Commission (CQC) or any successor organisation.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKJ21",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ21",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ21",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00Z",
"endDate": "2031-01-04T23:59:59Z",
"maxExtentDate": "2036-01-04T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 16000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "At Stage 1, the Quality Questionnaire will be evaluated based on 100% Quality. At Stage 2 and Stage 3, Quality and Price will be evaluated, with weightings indicated at time of publication of these stages. The Council reserves the right to refine any specific award criteria during the Procurement (in accordance with section 24 of the PA 2023). Consequently the weightings and award criteria may be refined between Stage 2 and Stage 3.",
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Evaluated based on 100% Quality at Stage 1."
},
{
"type": "price",
"name": "Price",
"description": "Stage 2 and Stage 3 will be evaluated based on Quality and Price. Weightings will be included in tender documentation at time of publication."
}
]
},
"renewal": {
"description": "Extensions will be used as required subject to the satisfactory performance of the service provider"
}
}
],
"communication": {
"futureNoticeDate": "2025-04-22T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 16000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council will be using a Competitive Flexible Procedure consisting of a 3 stage process inclusive of a Dialogue Stage. Stage 1 will include the Procurement Specific Questionnaire (PSQ) and Conditions of Participation, Administrative Compliance and Stage 1 Quality Questionnaire. The purpose of this stage is to ensure potential Bidders have the experience, capability and capacity to deliver the ambition laid out in this ITT, and to evaluate initial proposals for the service in response to the Stage 1 Quality Questionnaire. Stage 1 will include a Quality Questionnaire which will be evaluated based on 100% Quality. Bidders must pass all Administrative Compliance requirements, the PSQ and Conditions of Participation, and achieve a minimum moderated quality score of 3 for Quality Question 1 'Mobilisation, staffing and management structure of the service' and Quality Question 2 'Experience / Delivery of the service' of the Stage 1 Quality Questionnaire in order to progress to Stage 2. The Council reserves the right to reject bids that do not meet this threshold. The Council reserves the right to reject any Bidder who scores 1 or less for any criteria or sub criteria. The three (3) highest scoring Bidders will progress to Stage 2 of the tender process. At Stage 2, the Council will issue new tender documentation to the highest scoring three (3) Bidders, including a Stage 2 Quality Questionnaire and Pricing Schedule template. The Council reserves the right to refine any specific award criteria during the Procurement (in accordance with section 24 of the PA 2023). Consequently the weightings and award criteria may be refined between Stage 2 and Stage 3. The highest scoring three (3) Bidders will be advised of further details at the time of publication of this Stage. Stage 2 will be evaluated based on Quality and Price. Further information regarding the needs of individuals as well as the staggered move in period will be provided to Bidders at this stage. At Stage 2, the tender documentation will provide details of any minimum moderated scores required in order to proceed to the subsequent stages of the process. The care costing tool CareCubed will be utilised by the Council to benchmark prices throughout the process. Prices will be expected to be in line with benchmarking. Further details will be provided at Stage 2. Stage 2 tender submissions should be capable of acceptance without the need for the Dialogue Stage. The Council reserves the right to only take one (1) Bidder through to Dialogue Stage. In the event that the Dialogue stage will be required, this stage will follow Stage 2 and the Council will invite Bidders to participate in discussions with a view to refining and improving the content of their tender submission to drive additional value. During the Dialogue stage, the Council will enter into a separate dialogue with each Bidder to negotiate fundamental aspects of their offer, which will be communicated prior to the dialogue meetings. The Council will initially hold one dialogue meeting with each Bidder. Any further dialogue meetings will be communicated to Bidders as required. The Council will write to invited Bidders in advance of the meeting detailing elements to be expanded upon. Further details will be provided in the Stage 2 tender documentation. The dialogue meetings will not be scored but will provide an opportunity for discussion of points to be expanded upon or for further clarification between the Council and Bidders. Co-production is a key priority for this service. In addition to the dialogue meetings, there is potential for a presentation element to service users with lived experience at this stage. Further details will be provided at point of publication of this stage. Stage 3 will be evaluated based on Quality and Price. The purpose of this stage is for Bidders to submit their best and final offers following discussions at the Dialogue stage."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/sesharedservices/aspx/Home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-20T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-05-09T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-04T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "016333-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016333-2025",
"datePublished": "2025-04-22T16:32:58+01:00",
"format": "text/html"
}
],
"riskDetails": "Known risks are included as part of the tender documentation. Further 'Known Unknown' and 'Known Known' risks may be identified throughout the procurement process and these will be highlighted to Bidders as they materialise."
},
"language": "en"
}