WCC - Home Care Services

Complete

Value

£0

Classifications

  • Health and social work services

Tags

  • tender

Submission Deadline

6 months ago

Published

8 months ago

Description

The Council (WCC) is seeking tenders for their Home Care services. The service will be tendered under 2 lots 
      1 Domiciliary Care Services 
      2 Community Recovery Services.
      
      Lot 1 - Domiciliary Care Services  
      The aim of this service will be to deliver outcome based, personalised care to customers who have social care needs and may also have health care needs, to enable them and their informal carers to have choice and control over the support they receive, promoting independence while supporting them to achieve positive outcomes in all aspects of their life.
      
      Lot 2 - Community Recovery Service (CRS)
      To deliver CRS The Provider will also need to have been successful in being awarded a Domiciliary Care Contract under Lot 1 of this procurement exercise to ensure that they have
      met the Council's criteria to deliver these services.  This also helps ensure a CRS provider can balance their activity across the council-purchased domiciliary care market and CRS and
      ensure that they are fully integrated in the Council's approach. 
      
      The Community Recovery Service (CRS) is to support people home from an Acute Hospital setting to enable them to access short-term (up-to 6 weeks) domiciliary care support that will be delivered with a view to reducing their care needs and promoting independence as far as possible, to reduce the level of support needed for long-term services.

Additional information: 
Please register via the Council`s e-procurement system - CSW-JETS   https://in-tendhost.co.uk/csw-jets

CSW-JETS is a sub-regional e-tendering portal run by In-tend. Since February 2010, Coventry; Solihull; Warwickshire; Nuneaton and Bedworth; Rugby alongside other local district Councils have been working together as a shared procurement service. In conjunction with Solihull Community Housing, we have joined together to bring you a collaborative E-Tendering portal. 

CSW-JETS enables us to advertise our opportunities across all authorities through the same system. This means that there is a single point of contact for procurement in the sub-region so you only have to register once to receive notifications for all authorities. Registering on the portal will make it easier for local suppliers to find, respond to and be alerted to tender opportunities. 

Registration is free, and takes just a few minutes. When complete, you will be able to express interest in any of the Councils'/Authorities' opportunities when they are made available including this tender. In addition, we will be able to access your details whenever we have a requirement, and you may then be invited to tender or quote for work.

Once you are registered and log in to the system you will be able to locate the tender opportunity, express interest and access the documentation.


Is a Recurrent Procurement Type? : No

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

Smokefree County Durham

Durham County Council are seeking a provider to deliver a specialist stop smoking support service for people who live / work in County Durham, which comprises of evidence-based interventions including behavioural support and access to pharmacotherapy to support quit attempts. The service is to offer support that includes dedicated Stop Smoking Advisors (Level 3 provision) - responsible for direct support to key target groups. The Provider will be responsible for a coordinated approach to delivery of stop smoking support including but not limited to: •Promotion of services through the coordination and management of effective marketing and communications strategies. •Development and maintenance of local referral pathways and networks across a range of services including primary and secondary care within the NHS. •Direct provision of specialist stop-smoking support for targeted groups and people with complex needs. •Management, payment and coordination of universal stop smoking support provision (Level 2). •Provision of the recruitment, training, support and resource for the Vape + and NRT + offer (Level 1.5). •Sub-contract of the Smokefree App, or equivalent in consultation with commissioners, to ensure that there is a coordinated regional approach to app-based support to compliment behavioural support for those in service, but also to provide self-support for those who are not ready or do not feel that traditional stop smoking service support is for them. •Training of stop smoking support providers. •Building capacity of the wider health and social care workforce (Primary Care Networks, acute trust, mental health trust), and voluntary and community sector in very brief advice. •Contribution to place-based and settings work facilitated by Public Health. •Development of and access to self-help support, including, but not limited to the Smokefree App. •Coordination and management of data collection for the quarterly submissions to the Department of Health and Social Care. •Management of referrals and allocation to the correct advisor. •Membership of the Tobacco Control Alliance. •Supply a case management system from Year 2 of the contract. This Invitation to Bid (ITB) is issued under the Health Care Services (Provider Selection Regime) Regulations 2023 (Competitive Process) and is including a preferred supplier negotiation stage with the first ranked bidder. The highest scoring Supplier for will be invited to engage in further discussions with the Council as part of a preferred supplier stage. This stage will be used to finalise the agreed service delivery. It is expected that the following matters will be discussed as part of this stage, noting that the Council reserves the right to amend this list as required: • Service delivery • Staffing • Pricing including Management Overheads • County Durham Approach to Wellbeing • Case Management System • Smoke Free App • Invoicing frequency • IT Policies and Practices Please note, for the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this opportunity.

Katy Reed

Published 25 minutes ago
Open

Derby Integrated Community Equipment Services (DICES)

NHS Derby and Derbyshire Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced providers to express their interest in delivering an Integrated Community Equipment Service. Derby Integrated Community Equipment Service (DICES) provides a range of equipment on loan to people of all ages ordinarily resident in the city of Derby, following assessment and prescription by a recognised prescriber. The service being commissioned relates to the logistics of supplying, collecting and maintaining the equipment. Clinical input to the service is provided through the pool of recognised prescribers, a clinical commissioning function provided by DDICB, and a multi-agency Equipment Review Group. The provider will work within this framework, ensuring that the agreed clinical governance arrangements, both for individual items of equipment and strategic decisions about the equipment to be provided/policies and procedures for equipment provision, are followed appropriately. The contract will be for a period of 3 years with the option to extend for up to a further two years. Please note there is a financial threshold associated with this procurement. Please refer to procurement documentation for further details can be found within the procurement documentation. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome Project Reference: C357208 Project Name: Derby Integrated Community Equipment Service - Procurement Please note, that this notice relates to the continuation of the process commenced via FTS Notice reference: UK-3090. The following amendments have been made: Total Estimated Contract Value (Initial): £12,820,000 (Excluding VAT), £15,384,000 (Including VAT) Total Estimated Contract Value (Amended): £12,959,000 (Excluding VAT), £15,550,800 (Including VAT) Tender Submission Enquiry Deadline (Initial): 01/09/2025 Enquiry Deadline (Amended): 10/11/2025 Submission Deadline (Initial): 11/09/2025 Submission Deadline (Amended): 20/11/2025 Est. Award Decision (Initial): 25/11/2025 Est. Award Decision (Amended): 19/01/2026

Katy Reed

Published 15 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Manjit Nagra

[email protected]

01926 412026

Timeline complete