Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dynamic Purchasing System for the Provision of Home Support Services and for the Provision of Supported Living, Community Support and Day Opportunities for Adults

  • First published: 19 February 2020
  • Last modified: 19 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Brighton & Hove City Council
Authority ID:
AA75176
Publication date:
19 February 2020
Deadline date:
14 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking to re-establish a Dynamic Purchasing System (DPS) to award individual service agreements for the provision of home care services to residents. Organisations who have registered offices with the Care Quality Commission (CQC) will have the opportunity to tender to provide home care services to individuals aged 18 and over with a council-assessed care need.

The DPS is intended as an additional referral route for the Council’s existing contractual arrangements – the DPS will be used where a suitable provider cannot be found via the current contract. The Council reserves the right to amend this referral route as required. Providers will be subject to quality checks and Key Performance Indicators as part of their service delivery.

Providers will be required to deliver the services detailed in the specification in line with the service user’s care and support requirements. The Council reserves the right to amend and introduce additional Key Performance Indicators (KPIs) throughout the life of the contract, including by not limited to KPIs relating to service user outcomes and additional compliance. This lot also includes the provision of Continuing Healthcare (CHC).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Brighton & Hove City Council

Hove Town Hall, Norton Road, Hove

Brighton

BN3 3BQ

UK

Contact person: Supplier Engagement Team

E-mail: supplier.engagment@useadam.co.uk

NUTS: UKJ21

Internet address(es)

Main address: https://new.brighton-hove.gov.uk/

Address of the buyer profile: http://demand.sproc.net

I.3) Communication

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

http://demand.sproc.net


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sproc.net


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for the Provision of Home Support Services and for the Provision of Supported Living, Community Support and Day Opportunities for Adults

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Brighton and Hove City Council is re-establishing a dynamic purchasing system for the provision of home support services and for the provision of supported living, community support and day opportunities for adults.

II.1.5) Estimated total value

Value excluding VAT: 45 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Homecare

II.2.2) Additional CPV code(s)

85300000

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4) Description of the procurement

The Council is seeking to re-establish a Dynamic Purchasing System (DPS) to award individual service agreements for the provision of home care services to residents. Organisations who have registered offices with the Care Quality Commission (CQC) will have the opportunity to tender to provide home care services to individuals aged 18 and over with a council-assessed care need.

The DPS is intended as an additional referral route for the Council’s existing contractual arrangements – the DPS will be used where a suitable provider cannot be found via the current contract. The Council reserves the right to amend this referral route as required. Providers will be subject to quality checks and Key Performance Indicators as part of their service delivery.

Providers will be required to deliver the services detailed in the specification in line with the service user’s care and support requirements. The Council reserves the right to amend and introduce additional Key Performance Indicators (KPIs) throughout the life of the contract, including by not limited to KPIs relating to service user outcomes and additional compliance. This lot also includes the provision of Continuing Healthcare (CHC).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal. 2-year extension, plus an additional 2 year extension totalling 72 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Community Support

II.2.2) Additional CPV code(s)

85312000

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4) Description of the procurement

Community Support is personalised and outcomes-focused support provided for adults with social care needs that enables them to live independently in their homes and in the community. It is also intended to reduce and prevent admissions to hospital, use of the criminal justice systems and higher support services e.g. residential care services. The service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring community support. Support can be provided in a range of settings including: within a person’s home; in the community; on a 1:1 basis; to a group of service users where appropriate; Brighton and Hove City Council requires a range of services which will deliver the following outcomes:

— provide opportunities for people to develop and maintain skills,

— support personalisation through increased choice of activities,

— enable individuals to remain independent in their homes and in the community,

— enable individuals to access the community,

— enable individuals to participate in the community,

— improve health and well-being,

— reduce social isolation,

— minimise and prevent admissions to institutions such as hospitals, the criminal justice system and residential care.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 5 100 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Day Opportunities

II.2.2) Additional CPV code(s)

85312000

85312100

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4) Description of the procurement

Day opportunities provide a range of services to individuals with social care needs that enable them to participate in engaging and enjoyable activities in the community and also provide respite to carers. The opportunities are to be provided on a shared sessional basis to groups of service users. This service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring community support. Support can be provided in a range of settings including, in the community; within an accommodation service (excluding a registered care home; within a day service setting;

Brighton and Hove City Council requires a range of services which will deliver the following outcomes:

— provide opportunities for people to develop and maintain skills,

— support personalisation through increased choice of activities,

— enable individuals to access the community,

— enable individuals to participate in the community,

— improve health and well being,

— reduce social isolation,

— minimise and prevent admissions to institutions such as hospitals, the criminal justice system and residential care.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 4 500 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Supported Living

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKJ21


Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4) Description of the procurement

Supported living is a form of accommodation where individuals have their own tenancy or licence, and are provided with a level of support, appropriate to their assessed needs, to help them maintain and maximise their independence. Support should be asset based, outcome focussed, and enable individuals to sustain independence in the community. The term supported living is used to describe all forms of supported accommodation. This service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring supported living. Brighton and Hove City Council requires supported living services which will deliver the following outcomes. The service shall:

— provide opportunities for people to develop and maintain daily living and tenancy skills,

— support personalisation through increased choice of housing arrangements,

— enable individuals to remain independent in the community,

— improve health and well-being,

— reduce social isolation,

— minimise admissions to institutions such as hospitals, the criminal justice system and residential car.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 33 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in the procurement documentation and any subsequently issued documentation available at http://demand.sproc.net

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Refer to contract documents available at http://demand.sproc.net

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/02/2026

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/03/2026

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Court of Justice

Strand

London

WC2 2LL

UK

Internet address(es)

URL: https://www.haringey.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand

London

WC2 2LL

UK

Internet address(es)

URL: https://www.haringey.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Adam HTT Ltd

The Pinnacle, 170 Midsummer Boulevard

Milton Keynes

MK9 1BP

UK

E-mail: supplier.engagement@useadam.co.uk

Internet address(es)

URL: http://demand.sproc.net/

VI.5) Date of dispatch of this notice

14/02/2020

Coding

Commodity categories

ID Title Parent category
85312100 Daycare services Social work services without accommodation
85000000 Health and social work services Other Services
85300000 Social work and related services Health and social work services
85311000 Social work services with accommodation Social work services
85312000 Social work services without accommodation Social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier.engagment@useadam.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.