Notice Information
Notice Title
Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)
Notice Description
The contract is split into two Parts, Part 1 Primary Providers (Main and Alternate) and Part 2 Secondary Providers (backup). Part 1 Primary Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a 'week on' and 'week off' basis. This means that, on their 'week on', main service providers will accept 80% of all referrals; on their 'week off', the main service provider will be expected to accept 20% of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted. Part 2 Secondary Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Part 1 providers are unable (must not exceed the number of hours delivered by Part 1 providers unless in exceptional circumstances agreed by the Commissioner). You are invited to bid as a main provider with a minimum of one or maximum of two Zones in Part 1 or you may bid for Part 2 only across all zones. You may bid for both Part 1 and Part 2. Bidding for two zones will not guarantee two zones will be awarded. Awards will be based on the most economically advantageous tenders as detailed in Section 4. This procurement process has been designed to deliver continued market sustainability, which is a priority for the council. The Council will only work with providers who can meet the Care Quality Commission ratings of 'Good' and 'Outstanding'. For any new providers who have not yet received a CQC rating, Bury Council would carry out our own due diligence checks, including quality assurance rating before awarding a contract. Providers who have not yet received a CQC rating will only be eligible to work in Part 2 and must receive a rating of 'Good' or 'Outstanding' within the first 12 months. Failure to do so may result in termination of the contract. The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council's discretion. Payments will be paid on actual contact time based on information obtained from providers Electronic Care Monitoring Systems. Bidders should ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their Tender is accepted by the council. No guarantee of hours will be offered, but, for information only, the current annual contract value is approximately PS10 million across the entire borough based on 24/25 expenditure. The current number of customers, number of commissioned hours per week, and average number of hours per customer are broken down in the zoned areas in the table below: Zone Approx. Number of Customers in March 2025 Approx. Number of Commissioned Hours Per Week in March 2025 Approx. Average Number of Hours Per Customer in March 2025 North 152 2106 14 East 120 1742 15 West 176 2326 13 Prestwich 123 1842 15 Whitefield 120 1902 16 Total 691 9,918 14 Zoned providers will be expected to pick up all new packages of care. Existing customers will be given the option to move to the new provider in their zone if they wish to do so, otherwise they will remain with the existing provider. This Tender process will be completed under the Procurement Act regulations 2015. Market engagement and consultation was engaged before the new 2023 Procurement regulation came into place. Reference to Chest/Proactis portal DN751138 in relation to the above. (Please note: The Procurement description is not final and The Council have the right to Change before the Tender is Live Accordingly)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fdaf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/053473-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- 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
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Sep 20255 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 6 May 2025Expired
- Award Date
- Not specified
- Contract Period
- 24 Oct 2025 - 24 Oct 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Withdrawn
- Lots Status
- Withdrawn
- Awards Status
- Cancelled
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- METROPOLITAN BOROUGH OF BURY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- corporateprocurement@bury.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BURY
- Postcode
- BL9 0SW
- Post Town
- Bolton
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD37 Greater Manchester North East
- Delivery Location
- Not specified
-
- Local Authority
- Bury
- Electoral Ward
- Bury East
- Westminster Constituency
- Bury North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/053473-2025
3rd September 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013269-2025
7th April 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013234-2025
4th April 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04fdaf-2025-09-03T11:33:45+01:00",
"date": "2025-09-03T11:33:45+01:00",
"ocid": "ocds-h6vhtk-04fdaf",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "013234-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013234-2025",
"datePublished": "2025-04-04T17:29:17+01:00",
"format": "text/html"
},
{
"id": "013269-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013269-2025",
"datePublished": "2025-04-07T08:55:18+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PVVT-2483-WWMH",
"name": "Metropolitan borough of Bury",
"identifier": {
"scheme": "GB-PPON",
"id": "PVVT-2483-WWMH"
},
"address": {
"streetAddress": "Town Hall, Knowsley Street",
"locality": "Bury",
"postalCode": "BL9 0SW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "corporateprocurement@bury.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PVVT-2483-WWMH",
"name": "Metropolitan borough of Bury"
},
"tender": {
"id": "ocds-h6vhtk-04fdaf",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)",
"description": "The contract is split into two Parts, Part 1 Primary Providers (Main and Alternate) and Part 2 Secondary Providers (backup). Part 1 Primary Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a 'week on' and 'week off' basis. This means that, on their 'week on', main service providers will accept 80% of all referrals; on their 'week off', the main service provider will be expected to accept 20% of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted. Part 2 Secondary Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Part 1 providers are unable (must not exceed the number of hours delivered by Part 1 providers unless in exceptional circumstances agreed by the Commissioner). You are invited to bid as a main provider with a minimum of one or maximum of two Zones in Part 1 or you may bid for Part 2 only across all zones. You may bid for both Part 1 and Part 2. Bidding for two zones will not guarantee two zones will be awarded. Awards will be based on the most economically advantageous tenders as detailed in Section 4. This procurement process has been designed to deliver continued market sustainability, which is a priority for the council. The Council will only work with providers who can meet the Care Quality Commission ratings of 'Good' and 'Outstanding'. For any new providers who have not yet received a CQC rating, Bury Council would carry out our own due diligence checks, including quality assurance rating before awarding a contract. Providers who have not yet received a CQC rating will only be eligible to work in Part 2 and must receive a rating of 'Good' or 'Outstanding' within the first 12 months. Failure to do so may result in termination of the contract. The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council's discretion. Payments will be paid on actual contact time based on information obtained from providers Electronic Care Monitoring Systems. Bidders should ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their Tender is accepted by the council. No guarantee of hours will be offered, but, for information only, the current annual contract value is approximately PS10 million across the entire borough based on 24/25 expenditure. The current number of customers, number of commissioned hours per week, and average number of hours per customer are broken down in the zoned areas in the table below: Zone Approx. Number of Customers in March 2025 Approx. Number of Commissioned Hours Per Week in March 2025 Approx. Average Number of Hours Per Customer in March 2025 North 152 2106 14 East 120 1742 15 West 176 2326 13 Prestwich 123 1842 15 Whitefield 120 1902 16 Total 691 9,918 14 Zoned providers will be expected to pick up all new packages of care. Existing customers will be given the option to move to the new provider in their zone if they wish to do so, otherwise they will remain with the existing provider. This Tender process will be completed under the Procurement Act regulations 2015. Market engagement and consultation was engaged before the new 2023 Procurement regulation came into place. Reference to Chest/Proactis portal DN751138 in relation to the above. (Please note: The Procurement description is not final and The Council have the right to Change before the Tender is Live Accordingly)",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-10-25T00:00:00+01:00",
"endDate": "2028-10-24T23:59:59+01:00",
"maxExtentDate": "2030-10-24T23:59:59+01:00"
},
"hasRenewal": true,
"status": "withdrawn"
}
],
"communication": {
"futureNoticeDate": "2025-05-06T23:59:59+01:00"
},
"status": "withdrawn",
"amendments": [
{
"id": "013269-2025",
"description": "Estimated publication date updated"
}
],
"documents": [
{
"id": "053473-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053473-2025",
"datePublished": "2025-09-03T11:33:45+01:00",
"format": "text/html"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "Procurement Reference: DN772784 Contracting Authority: Bury Council Date of Decision to Terminate: 14 August 2025 Termination Statement: Following the publication of the tender notice on the 28th April 2025 in respect of the above procurement, the Council has decided not to award the contract. During the standstill period, it was brought to the attention of the Council that the procurement process had not complied with the correct legal framework. The Council had inadvertently and erroneously carried out the procurement in compliance with the Public Contracts Regulations 2015 (PCR15), notwithstanding the fact that the PCR15 were no longer in force when the procurement was commenced, having been replaced by PA23 on 24 February 2025. Further, the review of the procurement process identified that the Council had not maintained sufficiently detailed records of the rationale of the scores awarded to each bidder to enable it to adequately discharge its obligations. In light of these findings, the Council had no option but to terminate the procurement Additional Information: The Council intends to re-procure the services in the coming months, in compliance with the Procurement Act 2023",
"finalStatusDate": "2025-08-14T00:00:00+01:00",
"relatedLots": [
"1"
]
}
]
}