Opportunity

Provision of Domiciliary Care Service

  • Halton Borough Council

F02: Contract notice

Notice reference: 2024/S 000-008111

Published 14 March 2024, 9:38am



The closing date and time has been changed to:

3 May 2024, 11:30am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Halton Borough Council

Kingsway House, Kingsway

Widnes

WA8 7EA

Contact

Mrs Nicki Brooks

Email

procurement@halton.gov.uk

Telephone

+44 1515117814

Country

United Kingdom

NUTS code

UKD71 - East Merseyside

Internet address(es)

Main address

http://www2.halton.gov.uk

Buyer's address

http://www2.halton.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Domiciliary Care


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Domiciliary Care Service

Reference number

DN714572

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 wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

two.1.5) Estimated total value

Value excluding VAT: £49,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers may only select ONE Lot to submit a bid against from either Lots 1 ,2, 3 or 4.

Suppliers are invited to indicate if they would like to be included in Lot 5 only, which is a Single Purchase Framework (SPF) for Single/Spot purchase of Domiciliary Care Packages.

Suppliers submitting a bid for either Lots 1, 2, 3 or 4, subject to passing the published criteria, shall be automatically shortlisted for Lot 5 unless Suppliers de-select this from the shortlisting option – see Question 1.4 in the Mandatory Information Section.

two.2) Description

two.2.1) Title

Runcorn (Area 1)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 1 – Runcorn - (Area 1) (1 supplier for Lot 1, approximately 1,250 Hours per week)

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

two.2.5) Award criteria

Quality criterion - Name: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 November 2024

End date

1 November 2029

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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) Description

two.2.1) Title

Runcorn (Area 2)

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 2 - Runcorn (Area 1) - 1 supplier for Lot 2, approximately 1,250 hours per week.

TUPE applies to contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

two.2.5) Award criteria

Quality criterion - Name: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 November 2024

End date

1 November 2029

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031

All criteria are stated only in procurement documents.

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) Description

two.2.1) Title

Widnes - (Area 2)

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 3 - Widnes (Area 2) - 1 supplier for Lot 3, approximately 1,500 hours per week

TUPE applies to contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

two.2.5) Award criteria

Quality criterion - Name: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 November 2024

End date

1 November 2029

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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) Description

two.2.1) Title

Widnes - (Area 2)

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 4 - Widnes (Area 2) - 1 supplier for Lot 4, approximately 1,500 hours per week

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

two.2.5) Award criteria

Quality criterion - Name: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price - Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 November 2024

End date

1 November 2029

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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) Description

two.2.1) Title

Single Purchase Framework (SPF)

Lot No

5

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

two.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

Lot 5 will make provision for a Single Purchase Framework (SPF) that will enable domiciliary care packages to be purchased on a spot-purchase basis across the whole of Halton’s geographical area. Suppliers should be aware that spot-purchase levels vary across the geographical area and that within the life of the contract providers can expect the volume of business to fluctuate.

two.2.5) Award criteria

Quality criterion - Name: Quality criterion as stated only in procurement documentation / Weighting: 40

Quality criterion - Name: Price - criterion as stated only in procurement documentation / Weighting: 60

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 November 2024

End date

1 November 2029

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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


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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the procurement documents on www.the-chest.org.uk, Chest Project Reference No DN714572.

three.2.2) Contract performance conditions

Please refer to the procurement documents on www.the-chest.org.uk, Chest Project Reference No DN714572.


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

19 April 2024

Local time

11:30am

Changed to:

Date

3 May 2024

Local time

11:30am

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 April 2024

Local time

11:30am

Information about authorised persons and opening procedure

HBC Procurement Team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To bid for this opportunity please register as a supplier at www.the-chest.org.uk and express your interest in the opportunity via The Chest. Chest Reference Project No DN714572.

All of the procurement documentation will be available on The Chest website to view and complete.

Any queries can be raised using the messaging facility only via the Chest website.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom