Contracts Finder Notices - Dynamic Purchasing Vehicle (DPV) for the Provision of Home Care Services in Buckinghamshire

Award

Value

£87,000,000

Suppliers

Classifications

  • Health and social work services

Tags

  • award

Submission Deadline

2 years ago

Published

11 months ago

Description

Buckinghamshire Council (the Council) is seeking to establish a Dynamic Purchasing Vehicle ("DPV") for the provision of home care Services in Buckinghamshire ("the Services"). The Council is conducting the procurement via the "Light Touch Regime" as set out in the Public Contracts Regulations 2015 (PCR 2015). 
Suppliers will be expected to deliver Services for people assessed as being eligible for health or social care support under the provisions of The Care Act (2014) or The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care (2022). Additionally, Suppliers will support Individuals being discharged from hospital through the Home First pathway who are awaiting an assessment of need. The Council commissions some of these home care Packages on behalf of Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) ("the ICB"). 
The DPV will be used to commission home care Services for adults aged 18 + across all care groups in Buckinghamshire. Successful Suppliers should expect to deliver Services to Individuals with eligibility under any of the above pathways. 
The DPV will be divided into Two (2) lots, representing the range of Services to be delivered. 
The Lots are: 
Lot 1: Standard home care 
Lot 2: Complex/bespoke home care 
The Council cannot guarantee demand or volumes for the Services or for any of the Lots over the lifetime of the DPV. Appointment of a Supplier to the DPV is no guarantee of business. 
Suppliers that wish to be appointed to the DPV are required to complete a Selection Questionnaire ("SQ"). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPV to the Lot(s) for which they have applied. 
There is no limit on the number of Suppliers that may be appointed to a Lot. 
Following the establishment of the DPV and successful Suppliers being added (Stage 1), the Council will commence Stage 2 - call offs for Packages of care. The Council will issue mini competitions for Packages, as and when the need arises. All eligible Suppliers within the relevant Lot will be invited to submit bids for such Packages (streamlined further by geographical location for Lot 1). The Council will award each Package to the Supplier in that Lot that can most closely meet the Package requirements based upon evaluation criteria set out. 
Suppliers who wish to participate in this process need to register with the Buckinghamshire Business Portal and will be unable to take part if not registered. Please use the link below and follow the instructions on the website: 
www.supplybucksbusiness.org.uk 
Further details on the operation of the DPV are set out in the Procurement Documentation. 
The DPV will be for Three years (3) with the option to extend for a further period or periods of up to Two Years (2) and then an option to extend for a further period or periods of up to One Year (1).

Similar Contracts

Open

Provision of a 16 Plus Support Service

The Council is tendering an opportunity for a Service Provider to provide a supported housing service for young people aged 16 to 18 years old who are Children Looked After/Care Leavers as defined in Section 105 - 115 of the Social Services and Wellbeing (Wales) Act 2014. The service will be available to young people aged 16 to 18 years, who are known to Social Services and being supported through the Caerphilly County Borough Council 16+ Team. The service will be available primarily to young people who hold category 1, 2 and 3 status as defined within the Act. The property is owned by Caerphilly County Borough Council (CCBC), which is responsible for the maintenance of the property and all housing related issues. The commissioned Support Provider will ‘oversee’ the way the building is used and treated and report back any issues to CCBC that require upkeep or repair. The support provider will be fully responsible for providing all day-to-day support required by the young people who reside at the property. The young person will be in receipt of their allowance and will be subject to their Independent Living Plan and will be responsible for purchasing their own food and budgeting their allowance. The property has 6 rooms and an additional 2 rooms in an annex, and it is anticipated that not all rooms will be occupied at all times throughout the duration of the contract. A staged approach will be taken in the early stages of the contract until full occupancy is achieved. The Support Provider will be expected to respond flexibly to the needs of the young people to ensure appropriate staffing arrangements are in place while occupancy levels increase. The annex is separate from the main house and it is anticipated that it will be used as a stepping stone from the main house, before moving on to independent living. Individuals who move into the annex and then reach age 18 will be offered a short period of time as part of their move on plan. The aims of the service are as follows: • To work in partnership with a commissioned provider to provide the support for the children and young people aged 16-18 years. • To develop and expand move on arrangements to ensure that children and young people can move on in a planned manner. • To support the above, children and young people will be supported to develop the skills necessary to move on and live independently. • To provide targeted support to young people to help them reach more positive outcomes. • To support vulnerable children and young people to achieve independent living as much as possible within their community. • To work in a multi-agency way with all agencies involved with the children and young people. • To work with the children and young people in a trauma informed way and to support vulnerable young people who have experienced trauma. • To help children and young people build their own resilience through the development of effective skills and strategies to facilitate self-management and an improved improving ability to cope with daily life. • To provide support that also focuses on valuing and building upon the young person’s strengths and abilities whilst ensuring that links are made with other community projects and services to enable others to play a social and supportive role in young peoples lives during and after support. • The service will provide a Pathway that will deliver realistic, short, mid and long term supported accommodation for the relevant 16+ population within Caerphilly. • To provide a safe route for 16+ year olds and ensure young people are equipped with the appropriate skills required to maintain tenancies in the future and care for themselves appropriately. • The model will not only provide a more personalised approach to support but will also focus on long term independence and promote choice and control for the young people supported. Full details can be found in the invitation to tender on the etender portal Proactis Plaza The Contract shall be for an initial period of four (4) years from the 01 March 2026 to 28 February 2030, with the option to extend of a further period of up to twenty (24) months on an annual basis. The award criteria for this arrangement will consist of the following criteria and scores: Selection Criteria Pass/Fail Quality 80% Price 20% The evaluation of the tender responses for this procurement will be undertaken in three (3) specific stages based on the following methodology: • Stage One - Conditions of Participation - Selection Criteria • Stage Two - Evaluation – Award Stage - Assessment of Tender Response and Commercial (Price) Criteria • Third Stage Evaluation – Interview / Presentation Full details can be found in the invitation to tender on the etender portal Proactis Plaza Please note that Social Value shall fall part of this tender and Service Providers are requested to complete the Themes, Outcomes and Measures (TOMS) as part of their tender submission. Full details can be found in the ITT The Council has previously issued a Planned Procurement Notice, Supplier Engagement Notice and Contract Notice. The original procurement was cancelled and a UK12 was issued. The Council has issued this new opportunity for the service provision following a review of the tender specification. Supply engagement has taken place to advise the change.

Katy Reed

Published 6 hours ago

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