Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR12DH
UK
Contact person: Gemma Wallace
E-mail: sourcingteam@norfolk.gov.uk
NUTS: UKH16
Internet address(es)
Main address: https://www.norfolk.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/norfolkcc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/norfolkcc/aspx/Home
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
West Norfolk PCN Framework Providers Home Support
Reference number: NCCT43349
II.1.2) Main CPV code
85312000
II.1.3) Type of contract
Services
II.1.4) Short description
Norfolk County Council wishes to reopen two Lots of the 'Framework for Home Support Providers for West and North Norfolk' (Notice identifier: 2025/S 000-000628) which was procured under the PCR2015 Light Touch Regime.
The Council are seeking to appoint a number of framework providers to deliver home support services in specific Primary Care Network areas (PCNs) within West Norfolk. The intention is that the Framework Providers will deliver up to 30% of the PCN Home Support hours under a Principal Framework Provider (who was appointed through a separate procurement). The Principal Provider retains 70% of the PCN home support hours. This procurement is split into 2 lots, which covers PCNs in West Norfolk:
The lots are:
1. King's Lynn (one provider needed)
2. Fens and Brecks (two providers needed)
Bidders may apply for both Lots.
Please note that on 19 November 2025, the Minister of State for Local Government and Homelessness made a written statement [UIN HCWS1071] saying that three proposals for unitary local government in Norfolk had been received - these could entail the creation of one, two or three unitary councils.
The Minister announced a consultation exercise, which ended on 11 January 2026. The Minister stated that "that "once the consultations have concluded, the Government will assess the proposals against the criteria in the invitation and decide, subject to parliamentary approval, which, if any, proposals are to be implemented, with or without modification".
On 4 December 2025, the Secretary of State for Local Government made a written statement [UIN HCWS1128] stating that the government intends to establish a Mayoral Strategic Authority for Norfolk and Suffolk as soon as possible, and that it is minded to hold inaugural mayoral elections in May 2028.
Should these processes lead to unitary local government in Norfolk and/or to the establishment of a Mayoral Strategic Authority covering Norfolk (i) the contract may be transferred, assigned or novated to any successor authority(ies) to the council, or to any joint body incorporating or formed by any such successor and/or to any Mayoral Strategic Authority; and/or (ii) the council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries.
II.1.5) Estimated total value
Value excluding VAT:
7 912 667.00
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
King's Lynn
II.2.2) Additional CPV code(s)
85312000
II.2.3) Place of performance
NUTS code:
UKH16
II.2.4) Description of the procurement
The Council wishes to appoint one framework provider to deliver home support services in King's Lynn Primary Care Network (PCN). The intention is that this provider will deliver 30% of the hours and the remaining 70% will be delivered by a Principal Provider (appointed through a separate procurement) for the PCN.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
3 795 012.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2026
End:
26/01/2035
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:
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
Fens and Brecks
II.2.2) Additional CPV code(s)
85312000
II.2.3) Place of performance
NUTS code:
UKH16
II.2.4) Description of the procurement
The Council wishes to appoint two framework providers to deliver home support services in Fens and Brecks Primary Care Network (PCN). The intention is that these providers will deliver 30% of the hours and the remaining 70% will be delivered by a Principal Provider (appointed through a separate procurement) for the PCN.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.6) Estimated value
Value excluding VAT:
4 117 655.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2026
End:
26/01/2035
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:
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 per the Invitation to Tender Documentation
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
- Accelerated procedure
Justification:
Utilising PCR2015 Light Touch Regime to accelerate the tendering time.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years: This requirement falls under the Light Touch Regime of the Public Contract Regulations 2015, as such the Council has flexibility around the length of a framework.
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:
15/04/2026
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
15/04/2026
Local time: 16:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (as amended) 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). Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings maybe brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.5) Date of dispatch of this notice
26/03/2026