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

DPS for the Provision of Domiciliary Care Services (KMCAS-139)

  • First published: 13 March 2020
  • Last modified: 13 March 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:
The Council of the Borough of Kirklees
Authority ID:
AA20279
Publication date:
13 March 2020
Deadline date:
13 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council wishes to maintain the best possible care for service users by procuring in the most effective way to stabilise and sustain its providers. The purpose of this procurement exercise will be to appoint a number of providers to the DPS, who have the relevant skills and experience and registered with the CQC, to deliver personal care and support (domiciliary care) in people’s homes.

Kirklees Council wishes to purchase services to support people to live successfully in their own homes with an appropriate range of person centred services and to enable service users receiving care to lead a good quality of life, maximising their independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect. The services are provided 365 days and nights each year if required for service users residing within the Kirklees area whom have been assessed by the Council as requiring domiciliary support services.

For the purpose of the domiciliary care services, Kirklees has been divided into 6 geographical zones. Each zone has already been awarded to one single principal provider. There is also a domiciliary care framework agreement (DC Framework) which underpins the principal providers across all the zones. The principal provider contracts and DC framework expire 3 December 2020 with an option to extend for a further 2 years up to 3 December 2022. Kirklees intend that the Principal providers in each zone will provide approximately 70 % of contracted hours of service within that zone. The remaining 30 % is offered to the DC framework providers.

The domiciliary care services DPS will provide additional capacity to access the market for services when neither the principal providers nor DC framework providers are able to pick up packages of care.

The DPS will initially run for a period of 60 months with the successful economic operators, with the provision to extend the DPS for a further period, or for successive periods, for a further 60 months.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Council of the Borough of Kirklees

High Street, West Yorkshire

Huddersfield

HD1 2EY

UK

Contact person: Emma Hanley

Telephone: +44 1484221000

E-mail: emma.hanley@kirklees.gov.uk

NUTS: UKE44

Internet address(es)

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

Address of the buyer profile: https://www.yortender.co.uk

I.1) Name and addresses

NHS Greater Huddersfield Clinical Commissioning Group

2nd Floor, Norwich Union House, West Yorkshire

Huddersfield

HD1 2LF

UK

Contact person: Yvonne Hoorman

Telephone: +44 1484221000

E-mail: Yvonne.Hoorman@greaterhuddersfieldccg.nhs.uk

NUTS: UKE44

Internet address(es)

Main address: https://www.greaterhuddersfieldccg.nhs.uk

Address of the buyer profile: https://www.yortender.co.uk

I.1) Name and addresses

NHS North Kirklees Clinical Commissioning Group

2nd Floor, Norwich Union House, West Yorkshire

Huddersfield

HD1 2LF

UK

Contact person: Yvonne Hoorman

Telephone: +44 1484221000

E-mail: Yvonne.Hoorman@greaterhuddersfieldccg.nhs.uk

NUTS: UKE44

Internet address(es)

Main address: https://www.northkirkleesccg.nhs.uk

Address of the buyer profile: https://www.yortender.co.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.yortender.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.yortender.co.uk


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

DPS for the Provision of Domiciliary Care Services (KMCAS-139)

Reference number: KMCAS-139

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kirklees Council, in conjunction with the Greater Huddersfield Clinical Commissioning Group and North Kirklees Clinical Commissioning Group, wishes to establish a Dynamic Purchasing System (DPS) for the provision of domiciliary care services.

The purpose of the procurement exercise is to seek and appoint providers to the DPS, who have the relevant skills and experience, for the delivery of personal care and support (domiciliary care) in service users homes.

Kirklees Council and the CCG's wish to establish a DPS to be able to access additional capacity in the market and be able to purchase services to support people to live successfully in their own homes with an appropriate range of person centred services and to enable service users receiving care to lead a good quality of life, maximising their independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy and freedom of choice.

II.1.5) Estimated total value

Value excluding VAT: 160 000 000.00  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: 2

II.2) Description

Lot No: 1

II.2.1) Title

Category 1 — Kirklees Council

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKE44


Main site or place of performance:

Borough of Kirklees.

II.2.4) Description of the procurement

The Council wishes to maintain the best possible care for service users by procuring in the most effective way to stabilise and sustain its providers. The purpose of this procurement exercise will be to appoint a number of providers to the DPS, who have the relevant skills and experience and registered with the CQC, to deliver personal care and support (domiciliary care) in people’s homes.

Kirklees Council wishes to purchase services to support people to live successfully in their own homes with an appropriate range of person centred services and to enable service users receiving care to lead a good quality of life, maximising their independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect. The services are provided 365 days and nights each year if required for service users residing within the Kirklees area whom have been assessed by the Council as requiring domiciliary support services.

For the purpose of the domiciliary care services, Kirklees has been divided into 6 geographical zones. Each zone has already been awarded to one single principal provider. There is also a domiciliary care framework agreement (DC Framework) which underpins the principal providers across all the zones. The principal provider contracts and DC framework expire 3 December 2020 with an option to extend for a further 2 years up to 3 December 2022. Kirklees intend that the Principal providers in each zone will provide approximately 70 % of contracted hours of service within that zone. The remaining 30 % is offered to the DC framework providers.

The domiciliary care services DPS will provide additional capacity to access the market for services when neither the principal providers nor DC framework providers are able to pick up packages of care.

The DPS will initially run for a period of 60 months with the successful economic operators, with the provision to extend the DPS for a further period, or for successive periods, for a further 60 months.

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Duration in months: 120

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Stated values are estimates and the contracting authority shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services. It is not possible to establish an exact future workload and it is therefore not possible to guarantee that all or any of the economic operators admitted to the DPS will in fact enter into any call-off contracts.

Lot No: 2

II.2.1) Title

Category 2 — Health (CCG's)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKE44


Main site or place of performance:

Borough of Kirklees.

II.2.4) Description of the procurement

North Kirklees and Greater Huddersfield Clinical Commissioning Groups (CCG) wishes to maintain the best possible care for service users by procuring in the most effective way to stabilise and sustain its providers.

The purpose of this procurement exercise will be to appoint a number of providers to the DPS, who have the relevant skills and experience and registered with the CQC, to deliver Personal Care and Support (domiciliary care) and health care interventions in people’s homes.

The CCGs wish to purchase services to support people to live successfully in their own homes with an appropriate range of person centred services and to enable service users receiving care to lead a good quality of life, maximising their independence, remain safe and comfortable in their own homes for as long as possible whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect. The services are provided 365/6 days and nights each year if required for service users registered with a Kirklees GP whom have been assessed by the NHS as being eligible for NHC Continuing Healthcare or 117 Aftercare.

Packages of care will be allocated depending on the stated geographical area covered by the provider and available capacity in the Service to commence a package within 72 hours as a maximum. Where 2 or more providers have the same geographical coverage the continuing care team will inform all providers in that area by email of the requirements of the package. Providers can then respond to the request for care.

The DPS will initially run for a period of 60 months with the successful economic operators, with the provision to extend the DPS for a further period, or for successive periods, for a further 60 months.

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

Duration in working days: 120

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Stated values are estimates and the contracting authority shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services. It is not possible to establish an exact future workload and it is therefore not possible to guarantee that all or any of the economic operators admitted to the DPS will in fact enter into any call-off contracts.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

Refer to the request to participate submission document and DPS documentation. The Council and CCGs reserve the right to exclude any applicant whom they deem to not satisfy any criteria outlined within the request to participate documentation.

Applicants must be able to demonstrate that the net worth quoted on the latest year of their balance sheet is positive.

Applicants must have, or commit to obtain, employers and public liability insurance cover of GBP 10 million.

Applicants must have a safeguarding policy for vulnerable adults and children.

Applicants must have a health and safety policy that complies with current legislation.

Applicants must have a CQC rating of ‘requires improvement’ or above, at the office from which they intend to operate the service.

For Category 1 Kirklees Council — applicants must have an ECM system that meets all the requirements of the ECM specification (as detailed at Appendix 4 of the terms and conditions of contract) to be appointed to the DPS.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Applicants must be registered with the Care Quality Commission (CQC) and deliver services in accordance with the registration requirements of the CQC, complying with all relevant regulations and best practice guidelines.

III.2.2) Contract performance conditions

As detailed in the DPS application documents published on the YORtender tendering portal.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

Justification for any framework agreement duration exceeding 4 years: The procurement involves the setting up of a Dynamic Purchasing System (DPS). The DPS is anticipated to commence on 14th April 2020 for a period of five (5) years up to 31st March 2025 with the provision to extend for a further period, or for successive periods, up to 31st March 2030 (the “DPS Period”).

IV.1.11) Main features of the award procedure:

If a contracting body decides to source any of the services through this DPS, then it may satisfy its requirements by allocating a contract in accordance with the terms laid down in the dynamic purchasing system operating rules without re-opening competition and by following DPS Schedule 3 (Awards Procedure).

Economic operators should note that acceptance onto the DPS is not a guarantee of being awarded a contract.

IV.2) Administrative information

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

Date: 13/04/2020

Local time: 13:00

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

EN

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tenderers are advised this process is a competitive procurement exercise conducted in the form of a restricted procedure under the Public Contracts Regulations 2015. The contracting authorities do not commit to following the procedure precisely and reserve the right to vary the procedure from that of the Public Contracts Regulations 2015 where necessary as detailed within the Information and Instructions for Tenderers.

The contracting authorities consider that this DPS may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1) and I.3) of this notice above. If an appeal regarding the award of the contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.

VI.5) Date of dispatch of this notice

10/03/2020

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work 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:
emma.hanley@kirklees.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.