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

Extra Care and Care at Home PRINCIPAL providers

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ce5b
Published by:
Cheshire West and Chester Borough Council
Authority ID:
AA72281
Publication date:
26 February 2025
Deadline date:
04 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Extra Care and Care at Home PRINCIPAL providers. All "lots" include at least one Extra Care facility.

All lots will have a Principal Provider (tendered under DN753805 on the Chest, www.the-chest.org.uk) and also a separate framework for Associate Providers (tendered under DN741081)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cheshire west and Chester Borough Council

The Portal

Ellesmere Port

CH65 0BA

UK

Contact person: Mrs Debbie Pitcher

Telephone: +44 1244976943

E-mail: debbie.pitcher@cheshirewestandchester.gov.uk

NUTS: UKD6

Internet address(es)

Main address: http://www.cheshirewestandchester.gov.uk/

Address of the buyer profile: http://www.cheshirewestandchester.gov.uk/

I.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=257fcd2f-bfac-ef11-8132-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.the-chest.org.uk/


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

Extra Care and Care at Home PRINCIPAL providers

Reference number: DN753805

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Extra Care and Care at Home PRINCIPAL providers. All "lots" include at least one Extra Care facility.

All lots will have a Principal Provider (tendered under DN753805 on the Chest, www.the-chest.org.uk) and also a separate framework for Associate Providers (tendered under DN741081)

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders will be awarded a maximum of 2 lots, however should the Council not receive suitable bids for a lot they reserve the right to negotiate with one of the successful bidders which may result in them being awarded 3 lots. Bidders are asked in the tender docs so state their preference of lots.

II.2) Description

Lot No: 1

II.2.1) Title

Chester Central

II.2.2) Additional CPV code(s)

85000000

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Chester Central

*** Applicable to all lots -Cheshire West and Chester Council intend to merge previously two separate services (Care at Home and Extra Care Housing) into one Service to deliver on the Council’s commitment to commissioning on a Strengths-Based and Outcome-Focused approach to deliver high-quality services and meaningful outcomes for people within the Borough.

Providers delivering these services will work with the Council, with residents in receipt of care and with relevant stakeholders to evolve these care provisions, focusing on an enabling and reablement approach ‘doing with not doing for’, achieving Care Act identified outcomes, and enabling people to live a great life within their local communities.

The new service will be delivered within seven geographical localities across the borough which is reflective of our Community Social Work Teams to strengthen working relationships between the Council’s Social Work and Occupational Therapy Practitioners and the Care Provider’s workforce.

Each of the seven localities will have one Principal Provider (previously referred to as Prime Providers) and a number of Associate Providers (previously referred to as Framework Providers). This approach will also promote fostering enhanced working relationships between Care Providers and the opportunity for smaller organisations to develop their businesses with focus.

Each locality has at least one Extra Care Housing Scheme as part of its community. The Principal Provider will lead and deliver all care and support hours required within their awarded scheme from day one, plus a percentage of the Care at Home hours required within the local locality. As the borough is a geographical mixture of both urban and rural areas, each locality is impacted by differing levels of need and demand. Therefore, the percentage of Care at Home hours will be determined by the need and demand within each locality and care hours allocated to Principal Providers will be expected to grow naturally as current care packages evolve and new ones are commissioned.

All remaining Care at Home hours available will be allocated to the Associated Providers***.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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

Chester South - Neston

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Chester South - Neston

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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

Chester, Lache and Blacon

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Chester, Lache and Blacon

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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

Northwich

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Northwich

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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: 5

II.2.1) Title

Rural

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Rural

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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: 6

II.2.1) Title

Winsford

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Winsford

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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: 7

II.2.1) Title

Ellesmere Port

II.2.2) Additional CPV code(s)

98000000

II.2.3) Place of performance

NUTS code:

UKD63

II.2.4) Description of the procurement

Ellesmere Port

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

option to extend 1+1 years

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 04/03/2025

Local time: 10:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 04/03/2025

Local time: 10:05

Place:

electronically via The Chest, www.the-chest.org.uk

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

08/01/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
98000000 Other community, social and personal services Other 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:
debbie.pitcher@cheshirewestandchester.gov.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.