Contract

Provision of Buckinghamshire Help to Live at Home (Domiciliary Care) Services.

  • BUCKINGHAMSHIRE COUNCIL

F20: Modification notice

Notice identifier: 2023/S 000-032474

Procurement identifier (OCID): ocds-h6vhtk-041159

Published 2 November 2023, 3:52pm



Section one: Contracting authority/entity

one.1) Name and addresses

BUCKINGHAMSHIRE COUNCIL

The Gateway,Gatehouse Road

AYLESBURY

HP198FF

Contact

Lewis Greenall

Email

lewis.greenall@buckinghamshire.gov.uk

Telephone

+44 1296382455

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.supplybucksbusiness.org.uk/

Buyer's address

https://www.supplybucksbusiness.org.uk/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Buckinghamshire Help to Live at Home (Domiciliary Care) Services.

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement at the time of conclusion of the contract:

The Council wishes to commission a cost effective home care service for adults which supports and meets Service Users assessed needs while supporting and promoting independence. The Council would like to develop a commissioning framework for longer term care and support to individuals in their own homes that is based on the principles of continuing enablement through outcome-based contracts. This is a developmental specification that will be developed in partnership with providing organisations. Suppliers will be required to accept and acknowledge that aspects of this specification will change and that this will be enacted in partnership with them and will be within the remit of the principles of this specification as it was first produced. The contract will have two distinct phases: Phase One: Contract Commencement: Phase One will commence on 1.4.2016. The current time and task operational model will be implemented. Phase Two: Outcomes Based Service: This is the developmental part of the contract. It is expected that the new model of service provision will evolve during the first 18 months of the contract to a point at which all Service Users will have moved onto outcomes based Independence Plans and away from time and task orientated provision. The contract will be split into 9 geographical lots. Bidders will be requested to bid for a maximum of 3 Lots. No bidder will be awarded more than 3 Lots. There is the possibility that the supplier for Continuing Health Care Services may wish to utilise this contract. Indicative volumes have been provided should arrangements be made to allow this contract to be more widely utilised. The contract value for Domiciliary Care in Buckinghamshire is estimated at 19 300 000 GBP per annum. 4 300 000 GBP of this figure is the estimated spend on Continuing Health Care Services per annum. The contract will be awarded initially for 5 ½ years with a possibility to extend for a further two years, depending on performance and availability of funding. Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this contract. If your organisation wishes to participate in this process, you need to register with the South East Business Portal (SEBP) and follow the instructions. You be unable to take part if you do not register. Please use the link below and follow the instructions on the website: https://www.businessportal.southeastiep.gov.uk Tenders must be returned via the SEBP. The tender return date is midday on Monday 7.9.2015. Tenders received after this time and date will not be accepted.

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

Duration in months

90


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2015/S 137-253060


Section five. Award of contract/concession

Contract No

2015/S 137-253060

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

30 September 2023

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

PRIMECARE SUPPORT LIMITED

21-23 Princes Street

Dunstable

LU6 3AS

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03561590

The contractor/concessionaire is an SME

No

five.2.3) Name and address of the contractor/concessionaire

WESTMINSTER HOMECARE LIMITED

22 Church Road

Tunbridge Wells, Kent

TN1 1JP

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03353584

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

ALL CARE (GB) LIMITED

3 Ella Mews

London

NW3 2NH

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

05100341

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £144,750,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85000000 - Health and social work services

seven.1.3) Place of performance

NUTS code
  • UKJ13 - Buckinghamshire CC

seven.1.4) Description of the procurement:

The Council wishes to commission a cost effective home care service for adults which supports and meets Service Users assessed needs while supporting and promoting independence. The Council would like to develop a commissioning framework for longer term care and support to individuals in their own homes that is based on the principles of continuing enablement through outcome-based contracts. This is a developmental specification that will be developed in partnership with providing organisations. Suppliers will be required to accept and acknowledge that aspects of this specification will change and that this will be enacted in partnership with them and will be within the remit of the principles of this specification as it was first produced. The contract will have two distinct phases: Phase One: Contract Commencement: Phase One will commence on 1.4.2016. The current time and task operational model will be implemented. Phase Two: Outcomes Based Service: This is the developmental part of the contract. It is expected that the new model of service provision will evolve during the first 18 months of the contract to a point at which all Service Users will have moved onto outcomes based Independence Plans and away from time and task orientated provision. The contract will be split into 9 geographical lots. Bidders will be requested to bid for a maximum of 3 Lots. No bidder will be awarded more than 3 Lots. There is the possibility that the supplier for Continuing Health Care Services may wish to utilise this contract. Indicative volumes have been provided should arrangements be made to allow this contract to be more widely utilised. The contract value for Domiciliary Care in Buckinghamshire is estimated at 19 300 000 GBP per annum. 4 300 000 GBP of this figure is the estimated spend on Continuing Health Care Services per annum. The contract will be awarded initially for 5 ½ years with a possibility to extend for a further two years, depending on performance and availability of funding. Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this contract. If your organisation wishes to participate in this process, you need to register with the South East Business Portal (SEBP) and follow the instructions. You be unable to take part if you do not register. Please use the link below and follow the instructions on the website: https://www.businessportal.southeastiep.gov.uk Tenders must be returned via the SEBP. The tender return date is midday on Monday 7.9.2015. Tenders received after this time and date will not be accepted.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

18

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£10,498,841

seven.1.7) Name and address of the contractor/concessionaire

PRIMECARE SUPPORT LIMITED

21-23 Princes Street

Dunstable

LU6 3AS

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03561590

The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

WESTMINSTER HOMECARE LIMITED

22 Church Road

Tunbridge Wells, Kent

TN1 1JP

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

03353584

The contractor/concessionaire is an SME

Yes

seven.1.7) Name and address of the contractor/concessionaire

ALL CARE (GB) LIMITED

3 Ella Mews

London

NW3 2NH

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

05100341

The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Extension of the contract end date by 18 months to 31/03/2025. The original contract end date was 30/09/2023.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

• Unexpected changes to Government plans for the Adult Social Care reforms - Initially the Council had aligned the launch of a new Dynamic Purchasing Vehicle (DPV) to the direction of travel set out in the Government's plans for Adult Social Care reform. As such, the Council anticipated using the Fair Cost of Care Grant as part of the budget to fund packages commissioned through the DPV. However, the 2022 Autumn Statement announced delays to the roll out of the reforms and changes to the funding that Councils would receive. The Council had anticipated £5.6m funding through the Fair Cost of Care Grant. However, the replacement funding, which was finally announced in December 2022 provided the Council with a much smaller allocation of £4m. Given this significant change, budgets for the DPV needed to be remodelled and confirmed through the Council's budget setting process in February 2023. The Tender therefore couldn't be published before this.

• Destabilising factor of the CCG transition to Integrated Care Board (ICB) which impacted on ability to negotiate an integrated contract - Whilst the change in governance was foreseen the length of the impact was unforeseen. Decisions that had been made previously under the CCG governance arrangements had to be reviewed at a time when the new ICB governance structures were not yet fully established. This led to protracted decision making and delay.

• Review of Continuing Healthcare (CHC) provision - Following the establishment of the new ICB, there was a decision by the ICB to review how care was purchased across the Integrated Care System for adults eligible for CHC. This impacted on decision making as to whether CHC was to be included in the DPV, which in turn affected finalising the DPV model and tender documentation. This was exacerbated by the above issue (bullet 2). A final position on this was not achieved until January 2023. The Tender therefore couldn't be published before this.

• Destabilisation of the care market following the pandemic and subsequent economic challenges: The instability in the market and significant financial pressures on providers has meant that the procurement model and pricing structure had to be considered in this context which required additional research, engagement and sign off in order to design a DPV that is fit for purpose in the current market. Initial plans for the home care DPV had to be put on hold during the pandemic to manage the crisis response.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £57,409,801

Total contract value after the modifications

Value excluding VAT: £67,908,642