Residential and Nursing Care Home Services

Award

Value

£274,810,000

Suppliers

Classifications

  • Health and social work services

Tags

  • award

Submission Deadline

8 years ago

Published

7 months ago

Description

Staffordshire County Council (the Council) has put in place a Dynamic Purchasing System (DPS) arrangement for the provision of residential and nursing care home services for its clients. 

The Council has received applications to join the DPS from providers registered with the Care Quality Commission and has entered into a DPS Agreement for the provision of Residential and Nursing Care Home Services (the DPS Agreement) with each of the successful applicants in respect of one or more of ten lots.  The DPS arrangement will remain open up to 30 September 2019 with an option to extend and the Council will continue to receive and consider applications to join the DPS until such closing date.   

The DPS is split into the ten (10) lots described below:

Lot: 1:  Residential - Older People
Lot 2:  Residential - Dementia
Lot 3:  Residential - Physical Disability / Sensory Impairment
Lot 4:  Residential - Learning Disability / Autistic Spectrum Disorder
Lot 5:  Residential - Mental Health
Lot 6:  Nursing - Older People
Lot 7:  Nursing - Dementia
Lot 8:  Nursing - Physical Disability / Sensory Impairment
Lot 9:  Nursing - Learning Disability / Autistic Spectrum Disorder
Lot 10: Nursing - Mental Health

Invitations to Tender for Call Off Contracts under the DPS Agreement commenced on 11 December 2017.

This Contract Award Notice relates to Call Off Contracts which have been awarded under the DPS Agreement with effect from 11 June 2024 to 10 September 2024 (inclusive).

The DPS contract has been extended until the 30/09/2025

Additional information: The Council has decided to exercise its option under clause 2.3 of the DPS Contract to further extend the Contract Period in accordance with the Public Contracts Regulations 2015 (as 
amended from time to time).

The Council proposes to extend the Contract Period from 14 April  2024 up to the 30 September 2025.

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Bypass the hassle of outdated portals.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 complete

Publish
Bid
Evaluate
Award
Complete