- Scope of the procurement
- Lot 1 Penwith
- Lot 2 Kerrier South
- Lot 3 Kerrier North
- Lot 4 Falmouth and Penryn
- Lot 5 Truro Rural
- Lot 6 Newquay and Clays
- Lot 7 St Austell, Three Harbours and Mevagissey
- Lot 8 Bodmin and Wadebridge
- Lot 9 Liskeard, Looe, Rame and Peninsula
- Lot 10 Tamar Valley and Saltash
- Lot 11 Camelford, Bude, Stratton and Launceston
Section one: Contracting authority
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Contact
Celia Penhaligon
Celia.Penhaligon@cornwall.gov.uk
Country
United Kingdom
Region code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f8a28b50-38bf-ed11-8120-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=f8a28b50-38bf-ed11-8120-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Home Care Services
Reference number
DN660169
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years. Please refer to the procurement documents for further details.
two.1.5) Estimated total value
Value excluding VAT: £232,104,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
11
two.2) Description
two.2.1) Title
Lot 1 Penwith
Lot No
1
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 1 covers the geographical zone of Penwith which includes the following postcodes: TR17 0, TR18 2, TR18 3, TR18 4, TR18 4, TR18 5, TR19 6, TR19 7, TR20 8, TR20 9, TR26 1, TR26 2, TR26 3, TR27 4, TR27 5, TR27 6.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £37,344,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 Kerrier South
Lot No
2
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 2 covers the geographical zone of Kerrier (South) which includes the following postcodes: TR12 6, TR12 7, TR13 0, TR13 8, TR13 9.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £12,528,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 Kerrier North
Lot No
3
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 3 covers the geographical zone of Kerrier (North) which includes the following postcodes: TR14 0, TR14 7, TR14 8, TR14 9, TR15 1, TR15 2, TR15 3, TR16 4, TR16 5, TR16 6.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £31,512,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 Falmouth and Penryn
Lot No
4
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 4 covers the geographical zone of Falmouth and Penryn which includes the following postcodes: TR 3 7, TR11 2, TR11 3, TR11 4, TR11 5, TR10 8, TR10 9.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £19,480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5 Truro Rural
Lot No
5
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 5 covers the geographical zone of Truro Rural which includes the following postcodes: TR1 1, TR1 2, TR1 3, TR2 4, TR2 5, TR3 6, TR4 8, TR4 9, TR5 0, TR6 0.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £23,520,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6 Newquay and Clays
Lot No
6
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 6 covers the geographical zone of Newquay and Clays which includes the following postcodes:
TR7 1, TR7 2, TR7 3, TR8 4, TR8 5, TR9 6.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £13,496,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 7 St Austell, Three Harbours and Mevagissey
Lot No
7
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 7 covers the geographical zone of St Austell, Three Harbours and Mevagissey which includes the following postcodes: PL22 0, PL23 1, PL24 2, PL25 3, PL25 4, PL25 5, PL26 6, PL26 7, PL26 8.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £28,384,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 8 Bodmin and Wadebridge
Lot No
8
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 8 covers the geographical zone of Bodmin and Wadebridge which includes the following postcodes: PL27 6, PL27 7, PL28 8, PL29 3, PL30 3, PL30 4, PL30 5, PL31 1, PL31 2.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £15,264,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 9 Liskeard, Looe, Rame and Peninsula
Lot No
9
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 9 covers the geographical zone of Liskeard, Looe, Rame and Peninsula which includes the following postcodes: PL10 1, PL11 2, PL11 3, PL13 1, PL13 2, PL14 3, PL14 4, PL14 5, PL14 6.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £17,576,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 10 Tamar Valley and Saltash
Lot No
10
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 10 covers the geographical zone of Tamar Valley and Saltash which includes the following postcodes: PL12 4, PL12 5, PL12 6, PL17 7, PL17 8, PL18 9.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £13,296,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 11 Camelford, Bude, Stratton and Launceston
Lot No
11
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.
The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.
The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.
The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.
The Services will include:
• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;
• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;
• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;
• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and
• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.
The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.
Lot 11 covers the geographical zone of Camelford, Bude, Stratton and Launceston which includes the following postcodes: EX22 6, EX22 7, EX23 0, EX23 8, EX23 9, PL15 7, PL15 8, PL15 9, PL32 9, PL33 9, PL34 0, PL35 0.
The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:
• an initial period of three (3) years commencing in October 2024; and
• an option for the Council to extend the term by a further three (3) years; and
• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.
Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.
The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.
The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.
This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.
Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.
Please refer to the procurement documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 60
Quality criterion - Name: Quality Presentation / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £19,704,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.
The maximum term of the Contract will not exceed eight (8) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
26 April 2024
Local time
12:00pm
Changed to:
Date
24 May 2024
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 April 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
• Any Contract entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.
• The Council reserves the right not to enter into any Contract or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process.
• The Council shall not be responsible for any costs incurred by any potential bidder responding to this contract notice.
• Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.
• The Council reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.
six.4) Procedures for review
six.4.1) Review body
Cornwall Council
Truro
TR1 3AY
Country
United Kingdom