Dynamic Purchasing System for the Provision of Adult's and Children's Home Care Services for Milton Keynes City Council

Unknown

Value

£0

Classifications

  • Health and social work services

Tags

  • tenderUpdate

Published

9 months ago

Description

Milton Keynes City Council Council is establishing a Dynamic Purchasing System ("DPS") via www.sproc.net for the provision of Home Care Services for both Adults and Children within Milton Keynes. The Council is conducting the procurement via the "Light Touch Regime" as set out in the Public Contracts Regulations 2015 (PCR 2015).
The Dynamic purchasing system will be split into 2 lots, lot 1 will be for Adult Home Care Services and Lot 2 will be for Children's Home Care Services.
To apply to join the Home Care DPS please follow the below link: 
https://www.adamproviders.co.uk/milton-keynes-council-home-care-2024-2026
Home Care is the provision of person centred, personal care, enabling care and/or other services that are necessary to maintain a Service User's quality of life, enabling them to remain living in their own home and achieve their specified outcomes. Home Care is not about doing things for people in a way that increases dependency, but about supporting people to do things for themselves as far as they are able. 
The Service will achieve a primary objective of enabling people in the Milton Keynes community to remain living at home for as long as possible and maintaining an excellent quality of life which meets the Service User's identified outcomes. 
Home Care services will be available 365 (366 in leap years) days a year between the core hours of 6.30am and 10.30pm. Providers are required to confirm their flexibility 
of timing outside of these core hours to reflect a person centred approach to the provision of night support services. 
During the enrolment stage (via the DPS), provider will have an opportunity to select their core hours and flexible hours (overnight). The Council will collaborate with the Provider to ensure continuity of care and that the needs of the Service User are met.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Open Framework for Alternative Provision

1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council). Service Vision 2. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. 3. All alternative provision that is commissioned must be suitable to a child or young person’s age, ability and aptitude and any special educational needs (SEN) they may have. 4. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 5. Placements into alternative provision will always be made with the child or young person’s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 6. The placement of a child or young person with a Provider is consistent with the efficient use of resources. Service Description 7. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline unknown