Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mr Lewis Greenall
lewis.greenall@buckinghamshire.gov.uk
Telephone
+44 1296382455
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplybucksbusiness.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.uk/
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
Dynamic Purchasing Vehicle (DPV) for the Provision of Home Care Services in Buckinghamshire
Reference number
DN643303
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Buckinghamshire Council (the Council) is seeking to establish a Dynamic Purchasing Vehicle (“DPV”) for the provision of home care Services in Buckinghamshire (“the Services”). The Council is conducting the procurement via the "Light Touch Regime" as set out in the Public Contracts Regulations 2015 (PCR 2015).
Suppliers will be expected to deliver Services for people assessed as being eligible for health or social care support under the provisions of The Care Act (2014) or The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care (2022). Additionally, Suppliers will support Individuals being discharged from hospital through the Home First pathway who are awaiting an assessment of need. The Council commissions some of these home care Packages on behalf of Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) (“the ICB”).
The DPV will be used to commission home care Services for adults aged 18 + across all care groups in Buckinghamshire. Successful Suppliers should expect to deliver Services to Individuals with eligibility under any of the above pathways.
The DPV will replace the Council’s existing block and spot contracting arrangement and will become the primary mechanism for sourcing home care Packages. Please note, this does not include complex Continuing Healthcare Packages, which will be sourced separated via the ICB.
The DPV has been designed to meet current and future needs of people requiring care and support at home and will enable the Council to offer greater flexibility for home care Services from high quality Suppliers. The DPV will also facilitate a more comprehensive oversight of supply and demand to support market shaping.
The DPV will be divided into Two (2) lots, representing the range of Services to be delivered.
The Lots are:
Lot 1: Standard home care
Lot 2: Complex/bespoke home care
The Council cannot guarantee demand or volumes for the Services or for any of the Lots over the lifetime of the DPV. Appointment of a Supplier to the DPV is no guarantee of business.
Suppliers that wish to be appointed to the DPV are required to complete a Selection Questionnaire (“SQ”). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPV to the Lot(s) for which they have applied.
There is no limit on the number of Suppliers that may be appointed to a Lot.
Following the establishment of the DPV and successful Suppliers being added (Stage 1), the Council will commence Stage 2 – call offs for Packages of care. The Council will issue mini competitions for Packages, as and when the need arises. All eligible Suppliers within the relevant Lot will be invited to submit bids for such Packages (streamlined further by geographical location for Lot 1). The Council will award each Package to the Supplier in that Lot that can most closely meet the Package requirements based upon evaluation criteria set out.
Suppliers who wish to participate in this process need to register with the Buckinghamshire Business Portal and will be unable to take part if not registered. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
The Council anticipate Stage 2 will commence in early 2024. Should Suppliers wish to take part they will need to complete the SQ and submit by midday on Friday 28th April 2023. Suppliers should expect to be notified of the outcome of their submission in Autumn 2023 and be prepared to work with the Council to mobilise the new contracts, including attending relevant training, ahead of the launch of Stage 2.
Further details on the operation of the DPV are set out in the Procurement Documentation.
two.1.5) Estimated total value
Value excluding VAT: £87,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
LOT 1 - Standard Home Care
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Buckinghamshire Council (the Council) is seeking to establish a Dynamic Purchasing Vehicle (“DPV”) for the provision of home care Services in Buckinghamshire (“the Services”). The Council is conducting the procurement via the "Light Touch Regime" as set out in the Public Contracts Regulations 2015 (PCR 2015).
Suppliers will be expected to deliver Services for people assessed as being eligible for health or social care support under the provisions of The Care Act (2014) or The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care (2022). Additionally, Suppliers will support Individuals being discharged from hospital through the Home First pathway who are awaiting an assessment of need. The Council commissions some of these home care Packages on behalf of Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) (“the ICB”).
The DPV will be used to commission home care Services for adults aged 18 + across all care groups in Buckinghamshire. Successful Suppliers should expect to deliver Services to Individuals with eligibility under any of the above pathways.
The DPV will replace the Council’s existing block and spot contracting arrangement and will become the primary mechanism for sourcing home care Packages. Please note, this does not include complex Continuing Healthcare Packages, which will be sourced separated via the ICB.
The DPV has been designed to meet current and future needs of people requiring care and support at home and will enable the Council to offer greater flexibility for home care Services from high quality Suppliers. The DPV will also facilitate a more comprehensive oversight of supply and demand to support market shaping.
The DPV will be divided into Two (2) lots, representing the range of Services to be delivered.
The Lots are:
Lot 1: Standard home care
Lot 2: Complex/bespoke home care
The Council cannot guarantee demand or volumes for the Services or for any of the Lots over the lifetime of the DPV. Appointment of a Supplier to the DPV is no guarantee of business.
Suppliers that wish to be appointed to the DPV are required to complete a Selection Questionnaire (“SQ”). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPV to the Lot(s) for which they have applied.
There is no limit on the number of Suppliers that may be appointed to a Lot.
Following the establishment of the DPV and successful Suppliers being added (Stage 1), the Council will commence Stage 2 – call offs for Packages of care. The Council will issue mini competitions for Packages, as and when the need arises. All eligible Suppliers within the relevant Lot will be invited to submit bids for such Packages (streamlined further by geographical location for Lot 1). The Council will award each Package to the Supplier in that Lot that can most closely meet the Package requirements based upon evaluation criteria set out.
Suppliers who wish to participate in this process need to register with the Buckinghamshire Business Portal and will be unable to take part if not registered. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
The Council anticipate Stage 2 will commence in early 2024. Should Suppliers wish to take part they will need to complete the SQ and submit by midday on Friday 28th April 2023. Suppliers should expect to be notified of the outcome of their submission in Autumn 2023 and be prepared to work with the Council to mobilise the new contracts, including attending relevant training, ahead of the launch of Stage 2.
Further details on the operation of the DPV are set out in the Procurement Documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £87,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 October 2023
End date
1 October 2026
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: No
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.2.14) Additional information
The DPV will operate for a period of three years commencing on or around 2nd October 2023. The Council will have the option, at its discretion, to extend the period of operation of the DPV for a further period or periods of up to two years and then a further period or periods of up to one year.
Price is not the only award criterion and all criteria are stated only in the procurement documents.
two.2) Description
two.2.1) Title
LOT 2 - Complex/Bespoke Home Care
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Buckinghamshire Council (the Council) is seeking to establish a Dynamic Purchasing Vehicle (“DPV”) for the provision of home care Services in Buckinghamshire (“the Services”). The Council is conducting the procurement via the "Light Touch Regime" as set out in the Public Contracts Regulations 2015 (PCR 2015).
Suppliers will be expected to deliver Services for people assessed as being eligible for health or social care support under the provisions of The Care Act (2014) or The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care (2022). Additionally, Suppliers will support Individuals being discharged from hospital through the Home First pathway who are awaiting an assessment of need. The Council commissions some of these home care Packages on behalf of Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) (“the ICB”).
The DPV will be used to commission home care Services for adults aged 18 + across all care groups in Buckinghamshire. Successful Suppliers should expect to deliver Services to Individuals with eligibility under any of the above pathways.
The DPV will replace the Council’s existing block and spot contracting arrangement and will become the primary mechanism for sourcing home care Packages. Please note, this does not include complex Continuing Healthcare Packages, which will be sourced separated via the ICB.
The DPV has been designed to meet current and future needs of people requiring care and support at home and will enable the Council to offer greater flexibility for home care Services from high quality Suppliers. The DPV will also facilitate a more comprehensive oversight of supply and demand to support market shaping.
The DPV will be divided into Two (2) lots, representing the range of Services to be delivered.
The Lots are:
Lot 1: Standard home care
Lot 2: Complex/bespoke home care
The Council cannot guarantee demand or volumes for the Services or for any of the Lots over the lifetime of the DPV. Appointment of a Supplier to the DPV is no guarantee of business.
Suppliers that wish to be appointed to the DPV are required to complete a Selection Questionnaire (“SQ”). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Council, will be appointed to the DPV to the Lot(s) for which they have applied.
There is no limit on the number of Suppliers that may be appointed to a Lot.
Following the establishment of the DPV and successful Suppliers being added (Stage 1), the Council will commence Stage 2 – call offs for Packages of care. The Council will issue mini competitions for Packages, as and when the need arises. All eligible Suppliers within the relevant Lot will be invited to submit bids for such Packages (streamlined further by geographical location for Lot 1). The Council will award each Package to the Supplier in that Lot that can most closely meet the Package requirements based upon evaluation criteria set out.
Suppliers who wish to participate in this process need to register with the Buckinghamshire Business Portal and will be unable to take part if not registered. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
The Council anticipate Stage 2 will commence in early 2024. Should Suppliers wish to take part they will need to complete the SQ and submit by midday on Friday 28th April 2023. Suppliers should expect to be notified of the outcome of their submission in Autumn 2023 and be prepared to work with the Council to mobilise the new contracts, including attending relevant training, ahead of the launch of Stage 2.
Further details on the operation of the DPV are set out in the Procurement Documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £87,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 October 2023
End date
1 September 2026
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: No
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.2.14) Additional information
The DPV will operate for a period of three years commencing on or around 2nd October 2023. The Council will have the option, at its discretion, to extend the period of operation of the DPV for a further period or periods of up to two years and then a further period or periods of up to one year.
Price is not the only award criterion and all criteria are stated only in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
Date
28 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom