Older Persons Residential and Nursing Care Services

Open

Buyers

Value

£0

Classifications

  • Social work services with accommodation
  • Welfare services for the elderly

Tags

  • tender

Submission Deadline

1 month from now

Published

2 hours ago

Description

Kent County Council (the Council) is seeking providers (referred to in this notice as Tenderers) of Care Quality Commission (CQC) registered residential and nursing care homes within the geographic boundary of Kent, to provide facilities, accommodation and care for individuals who require support due to age, disability, or health conditions, to join a new Older Persons Residential and Nursing (OPRN) Care Homes Services Open Framework.   
An open framework allows for the award of successive frameworks on substantially the same terms. This notice relates to the opportunity to apply to be admitted to the First Framework of the Kent OPRN Open Framework Scheme. 
Care homes should promote safety, dignity, and quality of life, while ensuring that People who draw on care and support receive tailored support to meet their individual needs.
The Service Specification has been designed to incorporate the provision of accommodation, care, support, and meaningful activities for individuals, residing in a Care Home setting as their own home, either temporarily or long-term. The Service should enhance an Individual’s quality of life by offering a safe, manageable, and comfortable living environment, and a range of care and support, from assistance with daily living tasks to comprehensive nursing care for those with complex medical needs.
The Services under the Kent OPRN Open Framework Scheme and Framework Agreement are ‘light touch’ and are governed by the rules relating to light touch contracts under the Procurement Act 2023.
The Council intends, but is in no way obliged to, re-open the Kent OPRN Open Framework Scheme on the first anniversary, the third anniversary and the fifth anniversary, where the Kent OPRN Open Framework Scheme continues for the full term of 8 years.
The estimated values set out in this Tender Notice are on the basis that the Kent OPRN Open Framework Scheme continues for 8 years, on the basis of 4+4 years. The term of the Third Framework in the Scheme will be 1+1 years, to account for the extension period. The Council does not guarantee that the framework will continue for the full term of 8 years.
The estimated value of the Kent OPRN Open Framework Scheme over the 8-year term is £2.2bn (inclusive of VAT) but this estimate is purely indicative and is subject to amendment prior to the publishing of any future Tender Notices and associated tender documentation. The estimated value of this First Framework is £275,000,000 (inclusive of VAT). 
No guarantee is given as to the actual value of any Frameworks under the Kent OPRN Open Framework Scheme, or any call-off contracts entered under any framework agreement. This estimated value is by no means a commitment to spend. 
 The organisation of local government is undergoing reform and the Council anticipates a change to the responsibilities of the delivery of adult social care in the administrative area of Kent County Council. The Framework Agreement and Open Framework Scheme can be used by the Council on its own behalf and on behalf of the Relevant NHS Body (as defined in the Framework Agreement) and or any successor body of the Council, or Contracting Authority that delivers adult social care services in the geographical area of Kent County Council during the term of the Open Framework Scheme.  
The Council has duly considered the use of lots and has divided this procurement into 3 Lots based on categories of need, as below: 
•Lot 1 – Residential Care, consisting of the following services: 
(A)Residential Standard 
(B)Residential High 
•Lot 2 – Nursing Care, consisting of the following services:
(A)Nursing Standard
(B)Nursing High
(C)Highly Specialised and Complex Care (this is optional, in addition to Lot 2(a) and (b)).
•Lot 3 – Bariatric Care
Tenderers must be able to deliver both the ‘standard’ and ‘high’ level of care required in each Lot they tender for, within each care home if they operate more than one. Lot 2C is optional in addition to Nursing Standard and Nursing High and may not be applied for as a stand-alone lot. Tenderers are referred to the contract documentation for full details. 
Lot 3 may only be delivered by a successful Tenderer also awarded a contract for Lot 1 and/or Lot 2. Lot 3 cannot be awarded as ‘stand-alone’ Service. Tenderers will be required to self-certify that they can provide all of the essential equipment requirements for the delivery of bariatric care in accordance with the Specification prior to the award of a contract; the Council will conduct due diligence consisting of a site visit of any Tenderer that tenders for Lot 3 prior to the award of any contract to verify the Tenderer’s response. Tenderers are referred to the Invitation to Tender (ITT) for full details. 
The Council is seeking to award multiple contracts for each of the Lots.
Application is via the Council's e-sourcing system, which is accessible here: https://www.kentbusinessportal.org.uk
Further information on this opportunity can be found within the ITT.
If you experience any technical difficulties accessing the ITT, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email [email protected].
To view this notice, please click here: 
https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=996590257

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 2 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete