Older People Day Opportunity Services 2025

Complete

Value

£23,193,918

Classifications

  • Social work services without accommodation

Tags

  • tender

Submission Deadline

8 months ago

Published

9 months ago

Description

Westminster City Council and the Royal Borough of Kensington and Chelsea are recommissioning the older peoples’ day opportunity services across the Bi-Borough area to offer a wide range of flexible services that can adapt to people’s changing needs whilst offering targeted support where required. 
The procurement opportunity is divided into three lots: Community Support, Age Well Centres/Hubs, and Day Centres.  Each lot has multiple ‘sub-lots’ with additional service specific requirements.  

        
This tender is an open procedure under the ‘light touch regime’ in accordance with the Procurement Contract Regulations 2015.  Selection criteria include a turnover threshold, and tenderers can apply for more than one sub-lot, but restrictions will be applied as per the ITT documents.
Tenderers can bid for one sub-lot or all 12, however, award restrictions apply.
The contract term is 5 years with the option to extend for an additional 2 + 2 years, starting on 1st October 2025.

Similar Contracts

Open

Flexible Light Touch Framework Agreement for Support Worker / Navigator Services

Birmingham City Council (the "Council") wishes to establish a Light Touch Open Framework (LTOF) for the provision of Support Worker/Navigator Services. The framework will be available to the Birmingham Children’s Trust (BCT). The scope of the procurement is to establish a framework agreement with a range of providers to deliver support worker/navigator services for Birmingham citizens with multiple disadvantages; for more information see the framework specification document reference 003 P3358 Service Specification. The services will provide a person-centred approach to support and advice in relation to self-management within the systems and services provided. This includes, but is not restricted to, housing, recovery from homelessness (or risk of) and any associated support needs, recovery from substance misuse, trauma-informed support and health care advice and interventions. Some citizens may be rough sleeping, are at risk of rough sleeping or being made homeless. The framework will commence on 1st April 2026 and will be in place for a period of 6 years with the opportunity to extend for a further 2 years plus 2 years subject to funding and satisfactory performance. The scale and scope of this framework will be reviewed and potentially expanded at various stages during the term of the agreement. Contracts called-off from the framework may extend beyond the expiry date of the framework. The Procurement Process to appoint organisations to the Light Touch Open Framework will be conducted in accordance with the Procurement Act 2023 as permitted by Section 9 and Schedule 1. This procedure allows for a more flexible approach to the procurement of certain social and health services to undertake a bespoke procurement process that considers elements of the Open Procedure, Framework and Open Framework procedures. The framework may reopen at various intervals linked to commissioning requirements, funding cycles and extension periods. This will enable commissioners to update the framework as necessary to respond to funding and market developments for the duration of the framework. The LTOF has been divided into the following Lots. • Lot 1: Young People aged 16-24 years • Lot 2: Adults Singles & Couples aged 25 years and over • Lot 3: Female Only aged 18 years plus Tenderers may bid for one or more or all Lots and all tenderers who meet the minimum quality criteria will be appointed to the framework. Where new Lots are introduced onto the LTOF, provision will be made for those providers that have demonstrated appropriate capability to be awarded to the LTOF to transfer to other Lots as appropriate; subject to meeting any additional criteria. This will provide efficiencies in both reduced bidding and evaluation time. This principle will be applied to new and refreshed Lots where appropriate. There are two procedures the Council can utilise to award Call-Off Contracts for the services required, Call Off With Competition or Call Off Without Competition. Additional commissioning requirements may be added during the term of the LTOF. The following services and values been identified as potential additions: - Support for people who have multiple disadvantages - Support for people with disabilities - Support for survivors of domestic abuse - Support for people requiring recovery activities - Support for families - Market development for micro companies - A specific lot for support for families There may be additional requirements. Any increase in value will be subject to the Council’s governance arrangements, market engagement and, where appropriate the re-opening of the LTOF. This may result in additional Lots being added to the LTOF.

Katy Reed

Published 1 day ago
Open

Home Based Care Services - Open Framework

Portsmouth City Council ('the council') is inviting applications from suitably qualified suppliers to be admitted to an Open Framework to provide home-based care services, ordinarily in Portsmouth, but occasionally in the surrounding area. Domiciliary care services support people to remain living successfully in their own homes. The service will help maintain an individual in a reasonable manner of health, hygiene, safety and ease in their own home. The level and type of support service required will be determined in line with each individual's support plan. Support service packages will vary in size based on the individual needs and may range from minimal support up to highly specialised and complex needs. The framework agreement is targeted for commencement on 1st July 2026. The framework will operate for an initial term of 8 years. It will be an Open Framework which will reopen once within the first 3-year period, and the Council will open it again at least once in the remaining 5-year contract term as required under Regulation 49 of the Procurement Act 23. The Council may opt to open the framework for applications earlier than required, although not likely to be ever more than once per year. Re-opening may be in relation to the framework agreement in its entirety or in relation to specific lots. Earlier re-opening could be triggered by a range of factors, which may include but are not limited to: • Supply & demand changes • Changes to requirements • Changes to framework lotting structure • Changes to pricing structures • Changes to qualitative assessment • Changes to framework management • Addition of new framework lots • Changes to demand, volumes, values and geographical coverage due to impact of Local Government Re-organisation The framework agreement will be split into 3 Lots as follows: • Lot 1 - Standard Home-Based Care • Lot 2 - Complex Home-Based Care • Lot 3 - Take a Break (formerly Sitting Service) The Council currently commissions approx. 60,000 - 65,000 hours of home care per month across 1,000 - 1,200 clients. Approximately 68% of these hours are for Lot 1 Standard Home-Based Care services with the remaining 28% for Lot 2 Complex Home-Based Care services and 4% for Lot 3 Take a Break Services. The Council spend on year to date (November 24 - November 2025) comes to approx. £22.8M on home-based care services over financial year 2025-26. Spend on Lot 1 - Standard Home-Based Care services over this period equates to £15.9M / 69.6%. Spend on Lot 2 - Complex Home-Based Care equates to £6.3M / 27.8%. Spend on Lot 3 - Take a Break services is expected to equate to £600k / 2.6%. Year on year spend over term of the framework cannot be accurately estimated to precise figures but is likely to increase year on year due to predicted increases in inflation, employee wage increases and increases in demand due to changing population demographics, increased life expectancies, continuing strategic focus on increasing home based care delivery and impacts of Local Government Reorganization, which could increase the annual value by approximately 50% from year 3 onwards following vesting day for the new unitary authority which the framework agreement will transfer to. A maximum of 40 suppliers will be appointed onto each Lot. Suppliers will be able to bid for multiple Lots and can be awarded places on multiple Lots. Suppliers with multiple eligible Registered Offices will also be able to submit bids for each registered office with each registered office taking one of the 40 framework spaces if successful. For Lots 1 & 2 the Council will establish the framework on a market led rate commercial strategy. For Lot 1 - Standard Home-Based Care a minimum rate of £21.00 and maximum rate of £24.40 will apply. Rates may be submitted below the minimum rate but will be subject to additional scrutiny around sustainability and may be rejected. For Lot 2 - Complex Home-Based Care a minimum rate of £21.00 will apply but no maximum rate will be applied due to high variability in the type and complexity of care that may be required under this Lot. As per Lot 1, rates may be submitted below the minimum rate but will be subject to additional scrutiny around sustainability and may be rejected. For Lot 3 - Take a Break pricing will remain at a set rate of £20.08 to support management of a discrete budget via the Carer's Service. Minimum and maximum rates - as well as the hourly rate paid for any package of care commissioned under the new Framework - will be eligible for an uplift in April 2027. For Lots 1 & 2, framework suppliers will be able to reduce their rates up to twice per framework operational year. Suppliers will also be able to apply to increase rates subject to Financial Stability Review application to the Council. The Council will consider the request in addition to assessing a Provider's financial stability, risks associated and the Rates the Provider proposes to resolve their financial difficulty. The acceptance of any increased rate as part of this process sits directly at the Council's discretion. Any changes will trigger a recalculation of assessment and subsequent revised Lot ranking. The revised rates will apply to any existing packages of care delivered by the supplier under contract with the Council. The Council will apply annual uplifts to supplier rates as well as the minimum & maximum rate ranges that apply for Lots 1 & 2. The increase will take the form of a % of which 70% will be taken from the most recent EARON03 index and 30% will be taken from most recent CPI. Suppliers will only be eligible for uplift to rates if they been appointed onto the framework agreement for more than 6 months. Suppliers will also be able to opt out of increases by request to the Council before 1st March each year. However, the Council reserves the right to alter its position in respect of uplifts on an overall framework or Lot specific basis, subject to reasonable notice, over the term of the framework. The Council will establish the framework agreement via a Competitive Flexible Procedure 2 stage procurement process in accordance with the relevant regulations contained within the Procurement Act 23 that apply to Light Touch Regime services and establishment & operation of Open Frameworks. The 2 stage process is summarised below: • Stage 1: Providers will complete a series of pass/fail questions (Procurement Specific Questionnaire) and submit pricing • Stage 2: The Council will conduct a partial Provider Assessment and Market Managements Solutions (PAMMS) assessment A score will be calculated based on the rate submitted (representing 60% of the score) and the PAMMS assessment (representing 40% of the score). Suppliers will then be ranked within each Lot based on their combined score. Every year, framework providers will complete a further PAMMS assessment and will be re-ranked based on new assessment scores. Once operational the opportunity to bid for packages of care under the framework will be advertised via the Council's brokerage system and will be awarded based on a set of cascading criteria: a. Packages are sent with a 1-hour deadline. b. Offers received within the first hour are considered. c. Offers received where the Provider can fully meet all the requirements detailed in the referral, for example the need for a gender specific carer. d. Highest Evaluation Score, then if there is more than one Provider with the same score: • Lowest Priced, then if there is more than one Provider with the same price, • Weighted Quality Score, then if there is more than one Provider with the same weighted quality score • The Provider that responded first. The Council will undertake the procurement process to establish the open framework in line with the programme set out below: • Contract notice published - 12th November 2025 • Online TEAMS Tender Briefing Session 1 - 19th November 2025 12:00 - 13:00 • Online TEAMS Tender Briefing Session 2 - 20th November 2025 09:00 - 10:00 • Deadline for requests for clarification - 12th December 2025 17:00 • Tender return deadline for Stage 1 - 22nd December 2025 12:00 • Tenderers notified of Stage 1 evaluation outcome - 30th January 2026 • Stage 2 quality evaluation - 9th February - 1st June 2026 • Deadline for establishing qualifying local CQC registered office - 5th May 2026 17:00 • Award decision notified to tenderers - 15th June 2026 • Standstill Period Start - 16th June 2026 • Standstill Period Concludes - 26th June 2026 23:59 • Contract Award confirmed and contracts issued - 29th June 2026 • Framework commencement - 1st July 2026 Suppliers who wish to attend the online TEAMS tender briefings can access the meetings via the meeting links provided within the Invitation to Tender document accessible via In-tend. Application is via submission of completed stage 1 applications by the deadline stated above via the Council's e-sourcing system InTend, which is accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/Home The system will be used to administrate the procurement process, including for: • Access to and issue of procurement information & documentation • Pre-tender submission clarification requests and response • Tender submission • Tender opening & access to responses • Post-tender submission clarification requests and response • Award decision notification & feedback.

Katy Reed

Published 2 weeks ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete