Section one: Contracting authority
one.1) Name and addresses
Bury Council
3 Knowsley Place, Duke Street
Bury
BL9 0EJ
Contact
Mr Chris Quinlan
Country
United Kingdom
Region code
UK - United Kingdom
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=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