Tender

TD1526 - Framework for the Provision of Standard Home Care Services

DERBY CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

08 Jan 2021 at 12:22

Summary of the contracting process

The Derby City Council is currently seeking bids for a framework contract titled "TD1526 - Framework for the Provision of Standard Home Care Services". This procurement process falls under the health and social work services category and is based in Derby, UK. The framework is at the tender stage, with a bid submission deadline of 5th February 2021. The total estimated contract value is approximately £62,706,904.62 over four years, and the framework is expected to commence on 1st June 2021, initially for two years with an option to extend for an additional two years.

This tender offers substantial opportunities for businesses in the care sector, particularly those specialising in home care services for individuals with varying needs, including physical disabilities, learning difficulties, and dementia. Companies with Care Quality Commission (CQC) registration and a rating above 'Inadequate' will be best positioned to compete. The framework is divided into four geographical lots, allowing multiple providers to participate, which increases the chances for smaller or local service providers to secure contracts and contribute to their growth in the home care industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

TD1526 - Framework for the Provision of Standard Home Care Services

Notice Description

The Council is requesting bids for Service Providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services. Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: "These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits." Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement.

Lot Information

Lot 1 - Central Locality

Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: "These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits." Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Options: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Renewal: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Lot 2 - West Locality

Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: "These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits." Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Options: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Renewal: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Lot 3 - East Locality

Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: "These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits." Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Options: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Renewal: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Lot 4 - South Locality

Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: "These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits." Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Options: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Renewal: Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0288ab
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000343-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£62,706,905 £10M-£100M
Lots Value
£62,706,904 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20215 years ago
Submission Deadline
5 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2021 - 31 May 2023 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DERBY CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@derby.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
DERBY
Postcode
DE1 2FS
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF11 Derby
Delivery Location
TLF11 Derby

Local Authority
Derby
Electoral Ward
Darley
Westminster Constituency
Derby South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0288ab-2021-01-08T12:22:24Z",
    "date": "2021-01-08T12:22:24Z",
    "ocid": "ocds-h6vhtk-0288ab",
    "description": "The Council is requesting bids for Service Providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services. Overview of Requirement Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award.",
    "initiationType": "tender",
    "tender": {
        "id": "DN513344",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "TD1526 - Framework for the Provision of Standard Home Care Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council is requesting bids for Service Providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services. Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement.",
        "value": {
            "amount": 62706905.62,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "See ITT document for Lot Allocation process."
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Central Locality",
                "description": "Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.",
                "value": {
                    "amount": 14926587.15,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-06-01T00:00:00+01:00",
                    "endDate": "2023-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 - West Locality",
                "description": "Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.",
                "value": {
                    "amount": 15985354.1,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-06-01T00:00:00+01:00",
                    "endDate": "2023-01-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3 - East Locality",
                "description": "Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.",
                "value": {
                    "amount": 14150640.14,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-06-01T00:00:00+01:00",
                    "endDate": "2023-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 4 - South Locality",
                "description": "Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows: \"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.\" Customers of Home Care Services will: * Be residents of Derby City * Be over the age of 18 years * Have eligible care or support needs as defined by the Council * Require Home Care as defined above Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home. Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive): * Physical disability or frailty, * Learning disability * Mental Health * Sensory Disabilities and/or Communication needs * Dementia or other cognitive difficulties Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care. The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter. Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid. Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council. Value The potential framework value is PS62,706,904.62 over four years. Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework. The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement. Framework Lots The framework is split into four geographical Lots. The Council intends to appoint the following number of Service Providers in each of the following Lots: Lot 1 - Central Locality = Three Service Providers (Value PS14,926,587.15) Lot 2 - West Locality = Four Service Providers (Value PS15,985,354.10) Lot 3 - East Locality = Three Service Providers (Value PS14,150,640.14) Lot 4 - South Locality = Three Service Providers (Value PS17,644,323.24) A Tenderer MUST state what Lots it is bidding for and their Lot preference. A Tenderer can bid for all four Lots or any number of Lots. A Tenderer can only be awarded a maximum of two Lots. Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots. The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot. The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document. Framework Operation The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc. There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot. Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot. The initial Framework Term is two years. The maximum framework term is four years. Fees The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT. TUPE The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity. Other Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document. For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof). Contract awards will be via a competitive competition process or direct award. Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document.",
                "value": {
                    "amount": 17644323.24,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-06-01T00:00:00+01:00",
                    "endDate": "2023-05-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework will start on the 1st June 2021 and last for two years. There will be an option to extend up to a further two years. Further details are provided in the tender document."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF11"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.eastmidstenders.org",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Selection criteria as stated in the procurement documents"
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Conditions relating to environmental and social requirements of the contracting authority may be included in this contract. The details are to be provided in the procurement documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-02-05T09:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2021-02-05T09:15:00Z"
        },
        "bidOpening": {
            "date": "2021-02-05T09:15:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "The contracting authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to tenderers of the award decision. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly . Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-853",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "Corporation Street",
                "locality": "Derby",
                "region": "UKF11",
                "postalCode": "DE12FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@derby.gov.uk",
                "url": "http://www.eastmidstenders.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.derby.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-854",
            "name": "Derby City Council",
            "identifier": {
                "legalName": "Derby City Council"
            },
            "address": {
                "streetAddress": "Council House, Corporation Street",
                "locality": "Derby",
                "postalCode": "DE1 2FS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-853",
        "name": "Derby City Council"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:622758-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}