Published date: 28 July 2021

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 5 February 2021, 9am

Contract summary

Industry

  • Health and social work services - 85000000

  • Other community, social and personal services - 98000000

Location of contract

East Midlands

Value of contract

£0 to £62,706,905

Procurement reference

TD1526a

Published date

28 July 2021

Closing date

5 February 2021

Closing time

9am

Contract start date

1 October 2021

Contract end date

30 September 2023

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

Framework to provide Standard Home Care (domiciliary care) Services.

Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
"These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits."

Customers of Home Care Services will:

• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above

Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.

Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):

• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties

Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.

The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.

Tenderers must have Care Quality Commission rating above 'Inadequate' in place for the delivery of personal care to be able to bid.

Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is 'Inadequate', then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.


More information

Previous notice about this procurement

TD1526 - Framework for the Provision of Standard Home Care Services

  • Opportunity
  • Published 18 December 2020, last edited 8 January 2021

Links

Additional text

Value
The potential framework value is £62,706,904.62 over four years.

Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.

The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement.

Framework Lots
The framework is split into four geographical Lots.

The Council intends to appoint the following number of Service Providers in each of the following Lots:

Lot 1 - Central Locality = Three Service Providers (Value £14,926,587.15)
Lot 2 - West Locality = Four Service Providers (Value £15,985,354.10)
Lot 3 - East Locality = Three Service Providers (Value £14,150,640.14)
Lot 4 - South Locality = Three Service Providers (Value £17,644,323.24)

A Tenderer MUST state what Lots it is bidding for and their Lot preference.
A Tenderer can bid for all four Lots or any number of Lots.
A Tenderer can only be awarded a maximum of two Lots.

Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots.

The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot.

The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document.

Framework Operation
The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.

There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.

Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot.

The initial Framework Term is two years. The maximum framework term is four years.

Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure.


Award information

Awarded date

6 July 2021

Contract start date

1 October 2021

Contract end date

30 September 2023

Total value of contract

£62,706,905

This contract was awarded to 7 suppliers.

Bhandal Care Ltd

Address

32 Glendevon Way, Chellaston, Derby, DE73 5WG

Reference

Companies House number: 12591830

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Awarded Lots 3 and 4

BWA HEALTH & CARE SERVICES LTD

Address

9 St. James Court Friar Gate
DERBY
Derbyshire
DE1 1BT
GB

Reference

Companies House number: 05951306

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Awarded Lots 1 and 2

HALES GROUP LIMITED

Address

Unit 3B,Flag Business Exchange Vicarage Farm Road
PETERBOROUGH
Cambridgeshire
PE1 5TX
GB

Reference

Companies House number: 03756814

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Awarded lots 3 and 4.

Key 2 Care Ltd

Address

Key 2 Care Ltd, 146 Burton Road, Derby, DE1 1TN

Reference

Companies House number: 05380096

Supplier is SME?

No

Supplier is VCSE?

No

Additional details

Awarded Lot 2.

MEDILINE HOME CARE LIMITED

Address

Woodyard Lane, Foston
DE65 5BU
GB

Reference

Companies House number: 04607372

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Awarded Lots 2 and 3

NATIONWIDE CARE SERVICES LTD

Address

95 Amington Road
B25 8EP
GB

Reference

Companies House number: 05510702

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Awarded Lots 1 and 4.

PROFAD CARE AGENCY LIMITED

Address

Unit 3 &5, 1 Bethwin Road, Camberwell, London, SE5 0SH

Reference

Companies House number: 09636223

Supplier is SME?

Yes

Supplier is VCSE?

No

Additional details

Awarded Lots 1 and 2.


About the buyer

Contact name

procurement

Address

Corporation Street
Derby
DE12FS
England

Telephone

01332 641623

Email

procurement@derby.gov.uk