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

10 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).

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

Southampton Adults Alcohol & Drug Support Service

Southampton City Council ("the Council") invites Tenders from suitably qualified service providers ("Potential Suppliers") for the provision of Southampton Adults Alcohol & Drug Support Service. This Procurement is being conducted in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023 using the Competitive Procedure. The contract being procured is for the delivery of drug and alcohol treatment and support services. The successful supplier will deliver a full range of evidence-based interventions including harm reduction, psychosocial support, and multi-agency coordination, with pharmacological interventions provided under clinical governance. The services will operate within a recovery-oriented framework and will be person-centred, trauma-informed, and accessible to all residents of the city, including those with complex needs and those not yet ready to change their substance use. The term of the contract shall be 1st July 2026 until 30th June 2030 (i.e. 4 years) with the option to extend for up to a further period of 2 years (i.e. until 30th June 2032) at the sole discretion of the Council. The estimated contract value range is from £30,328,092 to £64,122,145 for the term of contract plus extension period. Explanation of this contract value range is provided in the procurement documentation. Suppliers interested in bidding should register with Proactis at: https://supplierlive.proactisp2p.com/Account/Login and search for the project using reference number SPR/1000755 or RFX/1000435 or REQ/1000435. The closing date for the submission of tenders is 12 noon, Thursday 11th December 2025.

Open

Provision of Counselling Supervision

UK 4 Tender Notice Title: Counselling Supervision Term of Contract: Three years with the option to extend for two years in annual increments starting April 2026. Total (estimated) Contract Value: £30,000.00 Procurement Act 2023 Procedure: Open Procedure The Service to be provided Counsellors are required to have clinical supervision, which is focused on ensuring safe and effective practice. Wrexham County Borough Council wishes to appoint Counselling Supervisors to provide the support required by counsellors and also to ensure the provision of a high-quality service to children and young people. What commissioners are asking for? The Provider will support counsellors through the supervisory process in maintaining a current awareness of best practice in open, unlimited counselling as well as time limited counselling, and in implementing this within both professional and service policies, standards and guidelines. The purpose will be to: maintain a current awareness of service policies, guidelines and standards; identify any new training or development needs required to meet presenting client problems; and to advise on quality and performance issues identified from within the supervisory process. • The Provider must be aware that, due to the demand on the service, time-limited counselling may be instigated. • The Provider will promote and support the development of reflective practice through the supervisory process with both individuals and possibly small groups. • The Provider will play an active role, in conjunction with the Health and Well Being Lead and the Advanced Practitioner for Wellbeing/ Counsellor Co-ordinator, in the identification of training and development needs as they emerge within supervision, so that professional and service development needs are met. Who the Service is for The service will be provided for counsellors responsible for providing Counselling to children and young people. Each Supervisory Counsellor will work with a maximum of 8 counsellors.

Katy Reed

Published 18 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