Tender

Light Touch Framework Agreement for Home Care Support Services

  • City of Doncaster Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-030736

Procurement identifier (OCID): ocds-h6vhtk-04e8a2 (view related notices)

Published 6 June 2025, 5:14pm



Scope

Reference

Adults

Description

The City of Doncaster Council is looking to establish a Framework for the provision of Domiciliary Care Services within the City of Doncaster Geographical Area. The Framework will be established under the Light Touch Regime and therefore the council will use the flexibilises this affords the council for example ability to reopen the framework at the councils discretion. Organisations should note that the Council requires all Providers wishing to join the framework to have a CQC inspection rating of Good or above. Further details can be found in the conditions of participation

Commercial tool

Establishes a framework

Total value (estimated)

  • £326,000,000 excluding VAT
  • £391,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 31 October 2032
  • Possible extension to 31 October 2035
  • 10 years

Description of possible extension:

The Framework Agreement can be extended for a further three twelve month periods (3 x 12)

Main procurement category

Services

CPV classifications

  • 85000000 - Health and social work services
  • 75200000 - Provision of services to the community
  • 85300000 - Social work and related services
  • 85311100 - Welfare services for the elderly
  • 85311200 - Welfare services for disabled people
  • 85312000 - Social work services without accommodation
  • 85312200 - Homedelivery of provisions
  • 85312400 - Welfare services not delivered through residential institutions
  • 85322000 - Community action programme
  • 85323000 - Community health services
  • 98000000 - Other community, social and personal services

Contract locations

  • UKE31 - Barnsley, Doncaster and Rotherham

Framework

Maximum number of suppliers

25

Maximum percentage fee charged to suppliers

0%

Framework operation description

The services to be procured are defined as a Light Touch Contract within the Act. The Council will utilise the flexibility provided by Section 45 Frameworks clause (9) to undertake a bespoke procurement process that considers elements of the Open Procedure, Framework and Open Framework. At any time during the term of the Framework the Council shall, at its discretion, open the framework to new providers. This will be achieved by publishing a new tender notice inviting expressions of interest from potential providers for the provision of the Services under the existing framework. The framework will continue on the same or substantially the same terms as this Framework Agreement and the competition will adopt the same or substantially the same conditions of participation and award criteria as those followed for the appointment of the Framework Providers. The Provider shall not be required to submit a tender and shall remain on the framework unless otherwise agreed between the parties. The Council will award Call-Off Contracts with or without competition between providers on the Framework as fully described in Call of Procedure Schedule 3 of the Framework Agreement (Section 2 Terms and Conditions of Contract) Legacy Provision The intension is that the framework will be for all new care packages from 1 November 2025 and that legacy providers will keep their existing care packages unless removed for other reasons. However, if a provider on the current CCASH Contract is successful in joining the new Framework, their care packages will be novated to the new Framework terms and conditions.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Section 1 Part 3 C Evaluation Strategy

Technical ability conditions of participation

The conditions of participation relating to the technical ability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Section 1 Part 3 C Evaluation Strategy Providers are made aware of the following particular conditions of Participation Providers current CQC Rating must be Good or Outstanding The Service Provider is expected to operate a CQC registered office (with a CQC rating of 'Good' or above) within The City of Doncaster Councils boundary or its environs (this is limited to be within 18 miles of Doncaster's City Centre (DN1 1PE). The Council has fixed the hourly rate for this framework and therefore providers will be required to acknowledge their acceptance of the hourly rate as a condition of participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

20 June 2025, 4:00pm

Tender submission deadline

18 July 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 September 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Submission Quality 100%

Other information

Payment terms

As described in the Associated Tender Documents

Description of risks to contract performance

1) Framework Value - The estimated published Framework Values may change over the life time of the contract due to inflationary increases and potential demand for services. 2)Innovation - The Council wishes, throughout the Term, to demonstrate continuous improvement in the way in which the Services are provided, having regard to a combination of economy, efficiency and effectiveness. This may require changes or variations to the Specification from time to time, but in order to determine the most appropriate way in which to achieve that improvement the Council may, at its discretion, choose to test any such changes or variations through the award of one or more Call-Off Agreements to the Provider and collate information about the success of such changes before varying the Specification for all Framework Providers. 3) the number or providers on the framework may be varied based upon business needs during reopening of the Framework In the event that these known unknown risk materialises the Council reserves the right to vary the framework agreement during its term in accordance with Schedule 8(5)(a) of the Act

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

City of Doncaster Council

  • Public Procurement Organisation Number: PLHR-4113-HMNQ

Civic Office, Waterdale

Doncaster

DN1 3BU

United Kingdom

Contact name: Shaun Ferron

Telephone: +44 1302862405

Email: Shaun.Ferron@doncaster.gov.uk

Website: https://www.doncaster.gov.uk/

Region: UKE31 - Barnsley, Doncaster and Rotherham

Organisation type: Public authority - sub-central government