Reopening of the Flexible Contracting Agreement for Externally Provided Day Opportunities

Open

Value

£56,000,000

Classifications

  • Health and social work services

Tags

  • tender

Submission Deadline

1 month from now

Published

2 days ago

Description

The Council is re-opening its Flexible Contracting Agreement (FCA) established under the Public Contracts Regulations 2015 via light touch regime for Externally Provided Day Opportunities.  Day Opportunities, traditionally referred to as day centres, where the services are provided for people with care and support needs and their carers that take place, mainly, over daytime hours which provide vital support in two main ways:

•	They provide meaningful activities, including learning, stimulation and recreation, promoting independence, supporting the development of skills, preparing for access to employment, making friends and enjoying the company of others.
•	They provide valuable respite for unpaid carers. 
 
Day Opportunities support autistic people, those with a learning disability, physical disabilities, acquired brain injury, older adults including those with dementia, mental health and other assessed support needs.

The Flexible Contracting Arrangement (FCA) is based on the principles of a Dynamic Purchasing System. The FCA will re-open on an ad hoc basis as required; this will be at the Council's discretion and based on citizen need and market provision. 

The FCA is for a period of 5 years from 16 July 2025 with an option to extend for a further period of 2 years, subject to satisfactory performance and budgetary availability.  

The duration of the call off contracts will be based on the individual requirements i.e. care packages; citizens' care may remain commissioned under these arrangements until such time as the call-off ends and provision will be made for this within the associated contract terms.

The RTP application process for the FCA is being issued using the Council's e-tendering portal on Intend www.in-tendhost.co.uk/birminghamcc. All applications must be submitted via the appropriate portal Intend. 

Use of the e-tendering portal is free throughout the whole procurement process. The system is secure and access to RTPs will only be made available to those employees of the Council and/or their authorised advisors.

The original contract notice on the Find a Tender Service Portal relating to this procurement is 2025/S 000-004444.

Interested suppliers are required to submit a Request to Participate (RTP)  via the e-tendering portal by noon on 3rd October 2025.

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

NHSE1054 L&D and RECONNECT Services, Enhanced RECONNECT Services and MH Treatment Requirement Services

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North West (the Relevant Authority), who are undertaking a competition to commission Liaison and Diversion and Reconnect Services, Enhanced Reconnect Services and Mental Health Treatment Requirement Services for Lancashire and Cumbria under the NHS Standard Contract. Liaison and Diversion Services - Liaison and Diversion (L&D) services aim to provide early intervention for vulnerable people as they come to the attention of the criminal justice system. L&D services provide a prompt response to concerns raised by the police, probation service, youth offending teams or court staff, and provide critical information to decision-makers in the justice system, in real time, when it comes to charging and sentencing these vulnerable people. Reconnect and Enhanced Reconnect Services - RECONNECT seeks to improve the continuity of care of vulnerable people leaving prison by working with them before they leave and support their transition to community-based services, thereby safeguarding health gains made whilst in prison. RECONNECT services aim to improve the wellbeing of people leaving prison, reduce inequalities and address health-related drivers of offending behaviours. The Enhanced RECONNECT (ER) service builds upon the RECONNECT programme as an enhanced pathway of care. The ER service will work in collaboration with partners, including those from across government to ensure that individuals that have been identified as high risk to the public and have complex health needs that may impact on their risk of reoffending. This may include, but is not limited to, violent and sexual offenders, terrorist act offenses and those at risk of terrorism. This risk must be related to a health need. Mental Health Treatment Requirement Services - Three Community Sentence Treatment Requirements (CSTRs) were introduced in the Criminal Justice Act 2003 as many offenders experience mental health and substance misuse issues that are proven to underpin their offending behaviour. Treatment requirements offer courts an alternative to custodial sentences (especially short custodial sentences) and seek to prevent reoffending, by addressing the underlying vulnerabilities. This specification will be focusing on the provision of Primary Care MHTRs. Primary Care MHTRs provide assessment, treatment, and interventions for those whose mental health issues don't cross the threshold of secondary care services, but also may present with additional health, social care, and substance misuse issues. This service provides a clinical assessment and therapeutic pathway of support for those whose offence crosses the community order threshold, including secondary care MHTRs which may also be combined with either an Alcohol Treatment Requirement (ATR) or Drug Rehabilitation Requirement (DRR). Services will be delivered in Lots: Lot 1 will be the Liaison and Diversion and RECONNECT contract Lot 2 will be the Enhanced RECONNECT contract Lot 3 will be the Mental Health Treatment Requirement Services contract. The contract terms for Lot 1 and Lot 3 are for 5 years commencing on 01 April 2026, with an option to extend for a further 3 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance. Lot 2 is a fixed term 1-year contract, with effect from 01 April 2026. All contracts are existing contracts. The deadline for submission of competition responses is 12 noon on 01 October 2025.

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Commercial and Procurement Services

[email protected]

Timeline active

Publish
Bid
Evaluate
Award
Complete