Tender

Provision of Domiciliary Care in the London Borough of Bromley

LONDON BOROUGH OF BROMLEY

This public procurement record has 4 releases in its history.

Tender

31 Mar 2026 at 13:58

PlanningUpdate

13 Jan 2026 at 14:27

Planning

13 Jan 2026 at 09:41

Planning

09 Dec 2025 at 08:56

Summary of the contracting process

The London Borough of Bromley has initiated an open tender process for the "Provision of Domiciliary Care" services, targeting the delivery of care to adults, older people, and children within the borough. This procurement, scheduled to commence in August 2026, spans four years with an estimated value of £97.44 million. The contracting process is divided into three lots, focusing on Tier 1 Patch Providers and Tier 2 Providers, covering standard and complex care needs. Bidders are encouraged to specify the geographical patches they wish to operate in. The tender submission deadline is 1st May 2026, and the London Tender Portal will be the mode of submission. Relevant classifications include health services, social work, and community services, with procurement under a "light touch" approach.

This tender presents significant opportunities for growth, particularly for businesses specialising in domiciliary care. Companies with robust financial health, a CQC rating of "Good" or above, and an annual turnover of at least £3M are suitable candidates for Tier 1 Patch Provider roles. SME and VCSE entities are welcomed, promoting innovation and personalised care delivery. With contracts awarded based on a 60% price and 40% quality criteria, this offers a platform for businesses to enhance their service provision in social and health sectors. Participation in this framework could lead to substantial, long-term engagements with the borough's Integrated Care Board, offering stability and consistent work opportunities.

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

Notice Title

Provision of Domiciliary Care in the London Borough of Bromley

Notice Description

The London Borough of Bromley ("the Council") invites tenders from suitably qualified and experienced Domiciliary Care Providers for admission to a Framework Agreement for the delivery of Domiciliary Care Services to residents of the borough. The Services will cover Adults, Older People, and Children & Young People. The procurement is divided into the following Lots: Lot 1 - Tier 1 Patch Providers (Adults and Older People) The borough will be divided into four geographical patches. Bidders must specify the patch(es) for which they wish to apply. It is anticipated that successful Tier 1 Patch Providers will receive up to 80% of the available care packages within their allocated patch. Lot 2 - Tier 2 Providers: Standard Adult Domiciliary Care This Lot is open to Providers who are not successful in Lot 1 or who choose not to apply for Tier 1 Patch Provider status. Lot 3 - Tier 2 Providers: Children & Young People (Standard and Complex Needs) This Lot covers general and severe complex needs domiciliary care provision for Children and Young People. Providers are strongly encouraged to review the Service Specifications for detailed requirements relating to each Lot. The Council aims to promote innovation and new approaches to Domiciliary Care, with a focus on supporting individuals to maintain or improve their independence, thereby enhancing health and wellbeing outcomes. The Integrated Care Board (ICB) may also utilise this Framework Agreement for the commissioning of Continuing Health Care (CHC) packages. The Council seeks Tenders from Providers with the appropriate qualifications, experience, financial standing, resources, and capacity to deliver the Services. The Framework Agreement will run for a period of four years, commencing August 2026.

Lot Information

Lot 1 - Tier 1 Patch Providers

Provision of Domiciliary Care including all the Care Bands listed by the Care Quality Commission (CQC). Providers must have an office in Bromley or authorities that border Bromley, and an annual turnover of a minimum of PS3M. The borough will be divided into 4 geographical patches and providers may apply for 1 or more patches but will only be awarded 1. They must indicate which patch they wish to operate in.

Lot 2 - Adults General Provision

Lot 2 Adults General Provision, there is no maximum number of providers that will be appointed to Lot 2. All tenderers that meet the relevant quality and price threshold will be awarded Lot 2 Framework Agreement. Successful Lot 2 providers will be ranked on the basis of their combined quality and price scores. There is no guarantee of any work for successful Lot 2 providers.

Lot 3 - Children and Young People

The Children and Young People Lot will consist of 2 services: Standard Provision and Severe and Complex Needs Provision. All successful Lot 2 providers holding the appropriate CQC registration may apply to deliver CYP services. All providers can opt to just provide CYP services. Providers will be ranked based on their financial scores.

Planning Information

This engagement session follows the initial market event held on 17 December 2025. Providers who attended the initial event do not need to register again and will automatically receive an invitation. New suppliers wishing to attend must complete the online form using the link below: https://forms.office.com/e/WE4xVYuhqK An invitation to the MS Teams session will be issued prior to the engagement event, scheduled for Tuesday 27 January at 1 pm.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f15b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029808-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

85100000 - Health services

85300000 - Social work and related services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£81,200,000 £10M-£100M
Lots Value
£22,100,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20261 weeks ago
Submission Deadline
1 May 20263 weeks to go
Future Notice Date
28 Feb 2026Expired
Award Date
Not specified
Contract Period
26 Oct 2026 - 25 Oct 2030 4-5 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
LONDON BOROUGH OF BROMLEY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BROMLEY
Postcode
BR1 1AD
Post Town
Bromley
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI61 Bromley
Delivery Location
TLI61 Bromley

Local Authority
Bromley
Electoral Ward
Bromley Town
Westminster Constituency
Bromley and Biggin Hill

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-05f15b-2026-03-31T14:58:27+01:00",
    "date": "2026-03-31T14:58:27+01:00",
    "ocid": "ocds-h6vhtk-05f15b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBBG-1282-YCXD",
            "name": "London Borough of Bromley",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBBG-1282-YCXD"
            },
            "address": {
                "streetAddress": "Bromley Civic Centre, Churchill Court, 2 Westmoreland Road",
                "locality": "Bromley",
                "postalCode": "BR1 1AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI61"
            },
            "contactPoint": {
                "email": "procurement@bromley.gov.uk",
                "name": "LBB Procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bromley.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBBG-1282-YCXD",
        "name": "London Borough of Bromley"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This engagement session follows the initial market event held on 17 December 2025. Providers who attended the initial event do not need to register again and will automatically receive an invitation. New suppliers wishing to attend must complete the online form using the link below: https://forms.office.com/e/WE4xVYuhqK An invitation to the MS Teams session will be issued prior to the engagement event, scheduled for Tuesday 27 January at 1 pm.",
                "dueDate": "2026-01-26T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "080880-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080880-2025",
                "datePublished": "2025-12-09T08:56:40Z",
                "format": "text/html"
            },
            {
                "id": "002495-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002495-2026",
                "datePublished": "2026-01-13T09:41:21Z",
                "format": "text/html"
            },
            {
                "id": "002709-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002709-2026",
                "datePublished": "2026-01-13T14:27:46Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05f15b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Domiciliary Care in the London Borough of Bromley",
        "description": "The London Borough of Bromley (\"the Council\") invites tenders from suitably qualified and experienced Domiciliary Care Providers for admission to a Framework Agreement for the delivery of Domiciliary Care Services to residents of the borough. The Services will cover Adults, Older People, and Children & Young People. The procurement is divided into the following Lots: Lot 1 - Tier 1 Patch Providers (Adults and Older People) The borough will be divided into four geographical patches. Bidders must specify the patch(es) for which they wish to apply. It is anticipated that successful Tier 1 Patch Providers will receive up to 80% of the available care packages within their allocated patch. Lot 2 - Tier 2 Providers: Standard Adult Domiciliary Care This Lot is open to Providers who are not successful in Lot 1 or who choose not to apply for Tier 1 Patch Provider status. Lot 3 - Tier 2 Providers: Children & Young People (Standard and Complex Needs) This Lot covers general and severe complex needs domiciliary care provision for Children and Young People. Providers are strongly encouraged to review the Service Specifications for detailed requirements relating to each Lot. The Council aims to promote innovation and new approaches to Domiciliary Care, with a focus on supporting individuals to maintain or improve their independence, thereby enhancing health and wellbeing outcomes. The Integrated Care Board (ICB) may also utilise this Framework Agreement for the commissioning of Continuing Health Care (CHC) packages. The Council seeks Tenders from Providers with the appropriate qualifications, experience, financial standing, resources, and capacity to deliver the Services. The Framework Agreement will run for a period of four years, commencing August 2026.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85300000",
                        "description": "Social work and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85300000",
                        "description": "Social work and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85300000",
                        "description": "Social work and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Local Bromley Integrated Care Board (ICB)",
                "description": "The Council has set maximum and minimum rates. Bidders can submit any price between these specified parameters. Contracts will be awarded based on a combination of 60% price and 40% quality. Bidders will need to complete a set of quality questions for Lot 1 and a separate set of questions for Lots 2 and 3, including a question specifically relating to the provision of Children and Young People services. Evaluation of the quality questions will include the operation of minimum score thresholds as set out in the tender documents and the operation of a pass/fail for the Conditions of Participation, and Lot 3 CYP specific question. If a proposal receives a score below the required thresholds or obtains a fail mark, then the bid will not be considered further.",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UKI61"
                            ]
                        }
                    }
                ]
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-26T00:00:00Z",
                    "endDate": "2030-10-25T23:59:59+01:00"
                },
                "status": "active",
                "title": "Lot 1 - Tier 1 Patch Providers",
                "description": "Provision of Domiciliary Care including all the Care Bands listed by the Care Quality Commission (CQC). Providers must have an office in Bromley or authorities that border Bromley, and an annual turnover of a minimum of PS3M. The borough will be divided into 4 geographical patches and providers may apply for 1 or more patches but will only be awarded 1. They must indicate which patch they wish to operate in.",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The weighting for each of the Quality questions are: Question 1 - Workforce Delivery 25% Question 2 - Local Service Delivery - 20% Question 3 - Personalised Care - 30% Question 4 - Information Governance and Data Security - 5% Question 5 - Safeguarding - 20%",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value for the whole framework of PS20.3M. Tenderers for Lot 1 must have an annual minimum turnover of PS3M. As a Condition of Participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract. This will be assessed in the following way: - The Council will firstly obtain the tenderers' credit rating using Data8 'Business Insights' during the evaluation period. Tenderers that have a credit score of 50 or above and have met any minimum turnover requirements (if included) will be deemed to have sufficient financial standard. - Tenderers that have a credit rating below 50 will be subject to further financial checks. This will be in the form of ratio analysis based on the tenderers' latest accounts (or other evidence, as uploaded by the tenderer on the Find a Tender site). Specifically, tenderers must demonstrate the following: o Trade debtor days to be a maximum of 60 days. o Current ratio to be above 0.6. o Debt to equity ratio to be under 3. - If a tenderer does not meet the criteria above, it will be excluded from the process without further evaluation -For clarity, if providers are bidding as a consortium, only the turnover of the members that meet the financial standing criteria (above) will be considered when determining if the minimum turnover requirements (if included) are achieved."
                        },
                        {
                            "type": "technical",
                            "description": "Question 1: CQC Rating of \"Good\" or above at the point of submission and through to contract award. Question 2: Location of registered office should be in Bromley or in authorities that share a border with Bromley. Question 3: For Tier 1 Patch Providers only: Annual minimum turnover of PS3M. All questions are Pass/Fail. Please refer to the Tender Documents for a full description of the criteria and scoring mechanisms."
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Adults General Provision",
                "description": "Lot 2 Adults General Provision, there is no maximum number of providers that will be appointed to Lot 2. All tenderers that meet the relevant quality and price threshold will be awarded Lot 2 Framework Agreement. Successful Lot 2 providers will be ranked on the basis of their combined quality and price scores. There is no guarantee of any work for successful Lot 2 providers.",
                "status": "active",
                "value": {
                    "amountGross": 6720000,
                    "amount": 5600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The weighting for each of the Quality questions are: Question 1: Personalised Care - 70% Question 2: Information Governance and Data Security - 5% Question 3: Safeguarding - 25%",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value for the whole framework of PS20.3M. As a Condition of Participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract. This will be assessed in the following way: - The Council will firstly obtain the tenderers' credit rating using Data8 'Business Insights' during the evaluation period. Tenderers that have a credit score of 50 or above will be deemed to have sufficient financial standard. - Tenderers that have a credit rating below 50 will be subject to further financial checks. This will be in the form of ratio analysis based on the tenderers' latest accounts (or other evidence, as uploaded by the tenderer on the Find a Tender site). Specifically, tenderers must demonstrate the following: o Trade debtor days to be a maximum of 60 days. o Current ratio to be above 0.6. o Debt to equity ratio to be under 3. - If a tenderer does not meet the criteria above, it will be excluded from the process without further evaluation -For clarity, if providers are bidding as a consortium, only the turnover of the members that meet the financial standing criteria (above) will be considered when determining if the minimum turnover requirements (if included) are achieved."
                        },
                        {
                            "type": "technical",
                            "description": "Question 1: CQC Rating of \"Good\" or above at the point of submission and through to contract award. Question 2: Location of registered office should be in Bromley or in authorities that share a border with Bromley. Both questions are Pass/Fail. Please refer to the Tender Documents for a full description of the criteria and scoring mechanisms."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-26T00:00:00Z",
                    "endDate": "2030-10-25T23:59:59+01:00"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Children and Young People",
                "description": "The Children and Young People Lot will consist of 2 services: Standard Provision and Severe and Complex Needs Provision. All successful Lot 2 providers holding the appropriate CQC registration may apply to deliver CYP services. All providers can opt to just provide CYP services. Providers will be ranked based on their financial scores.",
                "status": "active",
                "value": {
                    "amountGross": 1800000,
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The weightings for each of the Quality questions are: Question 1: Personalised Care - 70% Question 2: Information Governance and Data Security - 5% Question 3: Safeguarding - 25% Question 4: Children and Young People Provision - Pass/Fail",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value for the whole framework of PS20.3M. As a Condition of Participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract. This will be assessed in the following way: - The Council will firstly obtain the tenderers' credit rating using Data8 'Business Insights' during the evaluation period. Tenderers that have a credit score of 50 or above will be deemed to have sufficient financial standard. - Tenderers that have a credit rating below 50 will be subject to further financial checks. This will be in the form of ratio analysis based on the tenderers' latest accounts (or other evidence, as uploaded by the tenderer on the Find a Tender site). Specifically, tenderers must demonstrate the following: o Trade debtor days to be a maximum of 60 days. o Current ratio to be above 0.6. o Debt to equity ratio to be under 3. - If a tenderer does not meet the criteria above, it will be excluded from the process without further evaluation -For clarity, if providers are bidding as a consortium, only the turnover of the members that meet the financial standing criteria (above) will be considered when determining if the minimum turnover requirements (if included) are achieved."
                        },
                        {
                            "type": "technical",
                            "description": "Question 1: CQC Rating of \"Good\" or above at the point of submission and through to contract award. Question 2: Location of registered office should be in Bromley or in authorities that share a border with Bromley. Both questions are Pass/Fail. Please refer to the Tender Documents for a full description of the criteria and scoring mechanisms."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-26T00:00:00Z",
                    "endDate": "2030-10-25T23:59:59+01:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-28T23:59:59Z"
        },
        "status": "active",
        "amendments": [
            {
                "id": "002709-2026",
                "description": "Change to notice link to registration form"
            }
        ],
        "value": {
            "amountGross": 97440000,
            "amount": 81200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Tenders must be submitted electronically via the London Tenders Portal at https://www.londontenders.org - Reference No. DN 799888",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-01T10:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-24T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-09-16T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "029808-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029808-2026",
                "datePublished": "2026-03-31T14:58:27+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "Risk 1: Providers receiving a CQC registration of \"Requires Improvement\" or \"Inadequate\". Risk 2: A patch becomes vacant because 1 of the Patch Providers either becomes insolvent or decides to hand back all packages of care to the Council."
    },
    "language": "en"
}