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

Provision of Domiciliary Care Service

  • First published: 15 March 2024
  • Last modified: 15 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-04485b
Published by:
Halton Borough Council
Authority ID:
AA20565
Publication date:
15 March 2024
Deadline date:
19 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Halton Borough Council

Kingsway House, Kingsway

Widnes

WA8 7EA

UK

Contact person: Mrs Nicki Brooks

Telephone: +44 1515117814

E-mail: procurement@halton.gov.uk

NUTS: UKD71

Internet address(es)

Main address: http://www2.halton.gov.uk

Address of the buyer profile: http://www2.halton.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.the-chest.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.the-chest.org.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Domiciliary Care

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Domiciliary Care Service

Reference number: DN714572

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

II.1.5) Estimated total value

Value excluding VAT: 49 000 000.00  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

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

Suppliers may only select ONE Lot to submit a bid against from either Lots 1 ,2, 3 or 4.

Suppliers are invited to indicate if they would like to be included in Lot 5 only, which is a Single Purchase Framework (SPF) for Single/Spot purchase of Domiciliary Care Packages.

Suppliers submitting a bid for either Lots 1, 2, 3 or 4, subject to passing the published criteria, shall be automatically shortlisted for Lot 5 unless Suppliers de-select this from the shortlisting option – see Question 1.4 in the Mandatory Information Section.

II.2) Description

Lot No: 1

II.2.1) Title

Runcorn (Area 1)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 1 – Runcorn - (Area 1) (1 supplier for Lot 1, approximately 1,250 Hours per week)

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price / Weighting:  0

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

Start: 02/11/2024

End: 01/11/2029

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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

Runcorn (Area 2)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 2 - Runcorn (Area 1) - 1 supplier for Lot 2, approximately 1,250 hours per week.

TUPE applies to contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price / Weighting:  0

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

Start: 02/11/2024

End: 01/11/2029

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031

All criteria are stated only in procurement documents.

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

Widnes - (Area 2)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 3 - Widnes (Area 2) - 1 supplier for Lot 3, approximately 1,500 hours per week

TUPE applies to contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price / Weighting:  0

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

Start: 02/11/2024

End: 01/11/2029

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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

Widnes - (Area 2)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

For the delivery of the Domiciliary Care Service, the Borough of Halton will be split into two town-based geographical areas: Area 1: Runcorn and Area 2: Widnes

The borough consists of the two towns of Runcorn and Widnes and the civil parishes of Daresbury, Hale, Halebank, Moore, Preston Brook, and Sandymoor.

For the purposes of the delivery of the Domiciliary Care Service, Area 1: Runcorn will include the civil parishes of Daresbury, Moore, Preston Brook and Sandymoor, and Area 2: Widnes will include the civil parishes of Hale and Halebank. The areas are referred to simply as Runcorn and Widnes for ease of reference.

Lot 4 - Widnes (Area 2) - 1 supplier for Lot 4, approximately 1,500 hours per week

TUPE applies to this contract.

TUPE Information is to follow and will be published via the Chest messaging facility in due course.

Fixed Rate Price for 2024/2025 is to follow and will be published via the Chest messaging facility in due course.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Fixed Price are stated only in the procurement documents / Weighting: 100

Price / Weighting:  0

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

Start: 02/11/2024

End: 01/11/2029

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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: 5

II.2.1) Title

Single Purchase Framework (SPF)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The Council wishes to enter into contracts to deliver a Domiciliary Care Service across the borough of Halton. The Service is for adults with a social care assessed need for domiciliary care. This will include older people, as well as adults who may have a physical disability, learning disability or mental health problems. The Service will be available between 7:00am and 11:00pm, 365 (366 in a leap year) days a year.

Suppliers MUST be registered with the CQC to provide Personal Care and will need to demonstrate a proven track record in providing domiciliary care services to vulnerable people in their own homes. Suppliers will be required to demonstrate at the Invitation to Tender (ITT) stage that they are capable of meeting the Domiciliary Care Service Specification and quality standards required by the Council. Suppliers must show how they can deliver services to a Council defined quality standard in full partnership with the Council, people in receipt of care, Carers and other agencies.

Suppliers will be required to have an appropriate system of Electronic Care Monitoring (ECM) in place and provide regular reports to the Council regarding Service delivery.

Lot 5 will make provision for a Single Purchase Framework (SPF) that will enable domiciliary care packages to be purchased on a spot-purchase basis across the whole of Halton’s geographical area. Suppliers should be aware that spot-purchase levels vary across the geographical area and that within the life of the contract providers can expect the volume of business to fluctuate.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality criterion as stated only in procurement documentation / Weighting: 40

Quality criterion: Price - criterion as stated only in procurement documentation / Weighting: 60

Price / Weighting:  60

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

Start: 02/11/2024

End: 01/11/2029

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extensions for the period 2nd November 2029 to 1st November 2030

2nd November 2030 to 1st November 2031.

All criteria are stated only in procurement documents.

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.1.2) 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.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Please refer to the procurement documents on www.the-chest.org.uk, Chest Project Reference No DN714572.

III.2.2) Contract performance conditions

Please refer to the procurement documents on www.the-chest.org.uk, Chest Project Reference No DN714572.

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: 19/04/2024

Local time: 11:30

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 19/04/2024

Local time: 11:30

Information about authorised persons and opening procedure:

HBC Procurement Team

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

To bid for this opportunity please register as a supplier at www.the-chest.org.uk and express your interest in the opportunity via The Chest. Chest Reference Project No DN714572.

All of the procurement documentation will be available on The Chest website to view and complete.

Any queries can be raised using the messaging facility only via the Chest website.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

London

UK

VI.5) Date of dispatch of this notice

14/03/2024

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:
procurement@halton.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.