{
    "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"
}