Provision of Domiciliary Care Service

Award

Description

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton.  The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems.  The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year. \r
\r
Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.\r
\r
Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.\r
\r
For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas:  Area 1: Runcorn - Lots 1 and 2 and Area 2: Widnes - Lots 3 and 4. The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.\r
\r
For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.  \r
\r
TUPE will apply to this contract for Lots 1 to 4 only. TUPE Information is to follow and will be published via the Chest messaging facility in due course.\r
\r
Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course - (applies only to Lots 1 to 4).\r
\r
Lot 5 will make provision for a Single Purchase Framework (SPF).\r
\r
To view the full specification documents and requirements and to express your interest in this opportunity and access the ITT documentation, please visit www.the-chest.org.uk and search Chest Project ID DN714572.\r
\r
Questions relating to this document must be submitted via the Chest Messaging facility only and telephone calls will not be answered during the live process.\r
\r
Closing date for questions has been extended to :  Friday 26th April 2024 at 3pm (was 12th April 2024 at 3pm)\r
Closing date for submissions has been extended to:  Friday 3rd May 2024 at 11.30am (was 19th April 2024 at 11.30am)\r

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

Katy Reed

Published 6 hours ago
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