Tender

Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)

  • Bury Council

F02: Contract notice

Notice identifier: 2025/S 000-017433

Procurement identifier (OCID): ocds-h6vhtk-0508b5

Published 28 April 2025, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

Bury Council

3 Knowsley Place, Duke Street

Bury

BL9 0EJ

Contact

Mr Chris Quinlan

Email

c.quinlan@bury.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.bury.gov.uk/

Buyer's address

http://www.bury.gov.uk/

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=5b79e994-0c24-f011-8136-005056b64545

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=5b79e994-0c24-f011-8136-005056b64545

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

Invitation to Tender for Care at Home Services (Wellbeing Support for Adults)

Reference number

DN772784

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Bury Council is seeking a number of providers to deliver its Care at Home Service.

The service will be split into two lots as follows:

The contract is split into two Lots, Lot 1 Primary Framework Providers (Main and Alternate) and Lot 2 Secondary Framework Providers (backup).

Lot 1 Primary Framework Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a ‘week on’ and ‘week off’ basis. This means that, on their ‘week on’, main service providers will accept minimum 80% of all referrals; on their ‘week off’, the main service provider will be expected to accept up to 20 % of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted.

Lot 2 Secondary Framework Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Lot 1 providers are unable (must not exceed 600 hours unless in exceptional circumstances agreed by the Commissioner/ Council).

The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council’s discretion.

If you wish to express an interest in this opportunity, please go to Proactis/the Chest portal, search for the above opportunity and then express an interest.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Lot 1 Primary Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Bury Council is seeking a number of providers to deliver its Care at Home Service.

The service will be split into two lots as follows:

The contract is split into two Lots, Lot 1 Primary Framework Providers (Main and Alternate) and Lot 2 Secondary Framework Providers (backup).

Lot 1 Primary Framework Providers: up to ten main service providers will be appointed; two in each of the defined contractual neighbourhoods (please see map below outlining the areas). It is proposed that the main service providers will operate on a ‘week on’ and ‘week off’ basis. This means that, on their ‘week on’, main service providers will accept minimum 80% of all referrals; on their ‘week off’, the main service provider will be expected to accept up to 20 % of referrals. The reason for this is to allow the service provider time to embed the support plan for each person referred. The two main service providers in each neighbourhood should work in partnership to ensure 100% of packages are accepted.

Lot 2 Secondary Framework Providers: up to five backup providers covering the full borough (all 5 zones) accepting packages of care when the Lot 1 providers are unable (must not exceed 600 hours unless in exceptional circumstances agreed by the Commissioner/ Council).

The contract is for an initial period of three-years, with an option to extend for a further 2 x 12-month periods, dependent upon annual performance reviews and at the council’s discretion.

If you wish to express an interest in this opportunity, please go to Proactis/the Chest portal, search for the above opportunity and then express an interest.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

28 October 2025

End date

27 October 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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 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

Date

2 June 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 June 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

N/A

The Medicines and Healthcare products Regulatory Agency 10 South Colonnade Canary Wharf London E14 4PU

Bury

Country

United Kingdom