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.

Prior Information Notice

Domiciliary Care Patch Replenishment

  • First published: 05 March 2024
  • Last modified: 05 March 2024

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:
ocds-h6vhtk-044515
Published by:
London Borough of Bromley
Authority ID:
AA23241
Publication date:
05 March 2024
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

The council is now publishing an early pin-notice, subject to Executive approval, to inform potential providers of the London borough of Bromley’s intention (subject to Executive approval) to publish a full Invitation to Tender (ITT) for:

i. One Central Patch provider and

ii. A reserve provider framework, of up to four (4) providers for the eventuality that the council is required to replenish any other patches during the next five years.

The procurement will follow the Open Procedure of the Public Contracts Regulations (2015).

This framework will complement the contracts that are currently in place. The primary aim of this procurement is to ensure that the provider that chose to opt out of the arrangements is replaced (Central Patch) whilst developing a list of up to 4 other providers that could deliver the hours in any of the other available Patches, should a termination notice be given by either the current provider or the council (the latter where there is a breach of contract). It is important to note that the need to call off the framework in the future is not guaranteed and is subject to the need. If an award of contract is granted the provider will be required to adopt the same Contract, Specification and Pricing methodology that is currently in place for the Patch providers.

For the avoidance of doubt, there is currently only one Patch contract available/vacant (Central Patch). The new provider will work alongside the remaining Patch Provider, and they will continue to operate as detailed in the original 2021 tender. The new framework tender will conclude on the tender evaluation scores, and these will be presented in descending order; resulting in the Provider that scores the highest score achieving first place. The Providers that score second, third, fourth and fifth highest will be ranked accordingly. Should the need arise to replenish any Patch later or during the procurement, the providers that are ranked 2nd to 5th following the tender will be offered the vacant Patch in order of rank/position and will share the Patch with the other remaining (where applicable) providers. Where more than one Patch becomes available the same process will be applied resulting in the remaining highest ranked provider (who do not already have a Patch contract) being offered the opportunity.

When seeking to express an interest in the replenishment framework, Providers must commit to preserving the contract price that they have submitted for the duration of the framework Please note each annual uplift will be applied to these submitted prices.

If the need to allocate a contract for a vacant Patch place arises, Providers must demonstrate that they comply with the key contractual requirements as set out in the ITT. Assurance will be sought before a call off contract is activated. Failure to provide assurance will result in the next provider on the ranked list being offered the opportunity to deliver a service. Equally, where a Provider does not wish to deliver a service in a vacant Patch, they will reserve the right to do so, resulting in the next ranked provider being offered the opportunity. We envisage that it is possible that the providers with the lowest scores (that have still attained a position 2-5) may still have the opportunity to deliver a service, but we cannot guarantee the award of any new contracts other than the initial Central Patch awarded to the provider that ranks the highest (1st place

Full notice text

Prior information notice

This notice is for prior information only

Section I: Contracting authority

I.1) Name and addresses

London Borough of Bromley

Bromley Civic Centre, Stockwell Close

Bromley

BR1 3UH

UK

Contact person: Mr Richard Keys

Telephone: +44 2083134058

E-mail: Richard.Keys@bromley.gov.uk

NUTS: UKI6

Internet address(es)

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

Address of the buyer profile: http://www.bromley.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=03cbaf5d-18da-ee11-8127-005056b64545


Additional information can be obtained from the abovementioned address


I.4) Type of the contracting authority

Regional or local agency/office

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Domiciliary Care Patch Replenishment

Reference number: DN713862

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI6

II.2.4) Description of the procurement

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

The council is now publishing an early pin-notice, subject to Executive approval, to inform potential providers of the London borough of Bromley’s intention (subject to Executive approval) to publish a full Invitation to Tender (ITT) for:

i. One Central Patch provider and

ii. A reserve provider framework, of up to four (4) providers for the eventuality that the council is required to replenish any other patches during the next five years.

The procurement will follow the Open Procedure of the Public Contracts Regulations (2015).

This framework will complement the contracts that are currently in place. The primary aim of this procurement is to ensure that the provider that chose to opt out of the arrangements is replaced (Central Patch) whilst developing a list of up to 4 other providers that could deliver the hours in any of the other available Patches, should a termination notice be given by either the current provider or the council (the latter where there is a breach of contract). It is important to note that the need to call off the framework in the future is not guaranteed and is subject to the need. If an award of contract is granted the provider will be required to adopt the same Contract, Specification and Pricing methodology that is currently in place for the Patch providers.

For the avoidance of doubt, there is currently only one Patch contract available/vacant (Central Patch). The new provider will work alongside the remaining Patch Provider, and they will continue to operate as detailed in the original 2021 tender. The new framework tender will conclude on the tender evaluation scores, and these will be presented in descending order; resulting in the Provider that scores the highest score achieving first place. The Providers that score second, third, fourth and fifth highest will be ranked accordingly. Should the need arise to replenish any Patch later or during the procurement, the providers that are ranked 2nd to 5th following the tender will be offered the vacant Patch in order of rank/position and will share the Patch with the other remaining (where applicable) providers. Where more than one Patch becomes available the same process will be applied resulting in the remaining highest ranked provider (who do not already have a Patch contract) being offered the opportunity.

When seeking to express an interest in the replenishment framework, Providers must commit to preserving the contract price that they have submitted for the duration of the framework Please note each annual uplift will be applied to these submitted prices.

If the need to allocate a contract for a vacant Patch place arises, Providers must demonstrate that they comply with the key contractual requirements as set out in the ITT. Assurance will be sought before a call off contract is activated. Failure to provide assurance will result in the next provider on the ranked list being offered the opportunity to deliver a service. Equally, where a Provider does not wish to deliver a service in a vacant Patch, they will reserve the right to do so, resulting in the next ranked provider being offered the opportunity. We envisage that it is possible that the providers with the lowest scores (that have still attained a position 2-5) may still have the opportunity to deliver a service, but we cannot guarantee the award of any new contracts other than the initial Central Patch awarded to the provider that ranks the highest (1st place following the tender)

Minimum Requirements

An Executive decision requires that all contractors/providers must have a recent/or latest CQC rating of Good at the time of bid submission. All providers that fall below a ‘Good’ rating, such as ‘Requires Improvement’ or ‘Inadequate’ are not eligible to apply and any bid submission will be discarded.

Supplier Day

The council intends to hold an in-person supplier day w/c 8 April 2024. Full details of the supplier day will be provided in due course.

II.3) Estimated date of publication of contract notice:

02/04/2024

Section IV: Procedure

IV.1) Description

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

The procurement is covered by the Government Procurement Agreement: No

Section VI: Complementary information

VI.5) Date of dispatch of this notice

04/03/2024

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:
Richard.Keys@bromley.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.