Tender

Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)

METROPOLITAN BOROUGH OF BURY

This public procurement record has 3 releases in its history.

TenderCancellation

03 Sep 2025 at 10:33

PlanningUpdate

07 Apr 2025 at 07:55

Planning

04 Apr 2025 at 16:29

Summary of the contracting process

The Metropolitan Borough of Bury was involved in a public procurement process for "Care at Home Services (Wellbeing Support for Adults)," but the tender was withdrawn as of 3rd September 2025. The tender, initiated by Bury Council, fell under the "Health and social work services" industry category and aimed to provide care services in the Bury region of the United Kingdom. Originally planned to commence on 25th October 2025, the contract was withdrawn due to compliance issues with the legal framework that arose during the evaluation phase of the tender process, which could not proceed under the previously followed Public Contracts Regulations 2015. However, Bury Council intends to re-procure these services in the coming months under the new Procurement Act 2023 framework, ensuring correct compliance moving forward.

This upcoming procurement opportunity presents businesses, particularly small and medium-sized enterprises (SMEs) in the health and social care sector, the chance to engage with a contract valued at approximately £10 million across the Bury area. Companies that can demonstrate high-quality service provision, aligned with Care Quality Commission ratings of 'Good' or 'Outstanding', would be well-positioned to compete for this contract. The process will be designed to maintain market sustainability, offering a platform for both new and established providers to expand their service portfolio. The opportunity for collaboration exists as different parts of the contract can be shared among primary and secondary providers, rewarding those who can deliver cost-effective and high-quality care solutions.

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

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)

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

Contracting Authority (Buyer)

Main Buyer
METROPOLITAN BOROUGH OF BURY
Additional Buyers

MISSING

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

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-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"
            ]
        }
    ]
}