Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
UK
E-mail: Contracts.Team@Bracknell-Forest.gov.uk
NUTS: UKJ11
Internet address(es)
Main address: http://www.bracknell-forest.gov.uk
Address of the buyer profile: http://www.bracknell-forest.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/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Reopening the Home Care Support Framework (Flexible Framework)
Reference number: DN792685
II.1.2) Main CPV code
85310000
II.1.3) Type of contract
Services
II.1.4) Short description
Bracknell Forest Council is reopening the Home Care Framework.
The Council is inviting applicants to join the Framework for the provision of home care services. The Framework is used by the Council as a means to advertise, tender and award ‘call-off agreements’ for services that have common characteristics e.g. packages of care.
The original framework commenced in April 2022. The framework could be reopened at the Council's discretion. The expiry of the framework term is 30 September 2027.
Successful tenderers are anticipated to enter the Framework from January 2026. Once admitted to the Framework, Providers will be able to bid for any packages that are offered to Framework Providers where they are able to meet the Council’s requirements.
The service is intended to support individuals aged 18+ who live within Bracknell Forest and meet the eligibility threshold for care and support as set out in the Care and Support (Eligibility Criteria) Regulations 2014 for the Care Act 2014. Individuals will have a range of care needs, including complex and challenging behaviours. The service includes activities such as personal care, discharge to assess and supports the reablement of individuals following hospital admission. Although provision is for 18+ this specific service is primarily and foremost a regulated activity for the 65+, delivered by CQC registered providers.
Support to individuals with Learning Disabilities (referred to as ‘Supported Living’ in Bracknell Forest), is provided through a set of separate market arrangements and so is not in scope for this tender.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ11
II.2.4) Description of the procurement
The Home Care framework is being reopened in response to increased market demand and the current service capacity. The original framework commenced in April 2022 and expires 30 September 2027. Successful tenderers are anticipated to enter the Framework from January 2026. Once admitted to the Framework, Providers will be able to bid for any packages that are offered to Framework Providers where they are able to meet the Council’s requirements.
This is a fixed rate framework. The estimated value of new packages to be awarded via the Framework from January 2026 until the expiry (30th September 2027) is estimated to be in the region of £250K. This is an anticipated value that is subject to demand and could increase dependant on service requirements. Please note that being awarded a place on the Framework does not guarantee any volume of work.
The Council has set a minimum entry criteria for the framework. Full details can be found in Schedule 1 – Minimum Entry Criteria. All suitably qualified providers are invited to apply to join the framework. The Council will evaluate applications in line with the criteria.
The Minimum Eligibility Criteria includes:
Confirmation that the office the service will be provided from:
• Has a CQC rating of ‘good’ or ‘outstanding’
• Is registered for personal care
• Is within 45-minute drive (as determined by AA Route Planner) from the council’s main office
• Confirmation that by the commencement of the framework your organisation will have implemented an electronic time monitoring system
The council and/or any of its advisers reserve the right to contact any interested parties who notify the council of its interest.
Please note that the framework does not include Supported Living services, as these arrangements are covered under other contracts.
Refer to the procurement documents for additional information.
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
30/09/2027
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.1.4) Objective rules and criteria for participation
The Council is reopening the Home Care framework enabling new Providers to join.
Home Care services are a social service as defined in Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and the Home Care Framework which is being reopened and is the subject of this notice has been established in accordance with Regulations 74-76 of the Regulations. Any application of or reference to other Regulations unless clearly identified is not to be implied and should not be construed as applying any of the other Regulations to the procurement exercise or resulting Home Care Framework or bringing any of them into force.
The Council is making use of the allowances of the Light Touch Regime of the Public Contracts Regulations allowing for the procurement procedures to be run in a way that does not conform to standard procedures so long as the principles of transparency and equal treatment are maintained.
It is a material condition of this Home Care Framework that throughout its Duration, the Provider will hold and maintain the necessary Registration with the Care Quality Commission.
In order to bid for the Framework providers are required to meet the following Minimum Entry Criteria:
Acceptance of the Fixed Price. Please see Appendix 4 Fixed Price Schedule for specific conditions.
Acceptance of the Conditions of the Framework
Acceptance of the Specification
Confirmation that the office the service will be provided from:
· Has a CQC rating of ‘good’ or ‘excellent’*
· Is registered for personal care
· Is within 45 minute drive (as determined by AA Route Planner) from the Council’s main office, Time Square RG12 1JD
· Confirmation that by the commencement of the Framework your organisation will have implemented an electronic call monitoring system (ETMS)
· Confirmation that by the commencement of the Framework your organisation will have in place the following insurance cover, and will provide copies upon request by the council:
· Employers Liability £5M
· Public Liability £10M
· Professional Indemnity £1M
· Crime Protector insurance £1M
*In the event that bidders, at any stage of the process before the conclusion of the contract are subject to a CQC inspection and they no longer meet this criteria, the bidder MUST notify the Council at the earliest opportunity, but within 48 hours of being notified by CQC of the new rating. In such circumstances, regardless of whether or not the bidder has taken steps to notify the Council as required to do so, bidders will be eliminated from consideration to join the Framework.
We expect your organisation to have a CQC rating of ‘Good’ or ‘Outstanding’ at the time of bid submission. However, the Council may consider your bid if you do not yet currently hold this rating but will achieve it before Contract Award.
Refer to the procurement documents for full detail and additional information.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
For full details of the contract conditions, please see the applicable procurement documents attached to this contract notice.
Tenderers should note there is no guarantee of any business, use, level of use or continuity of business through the Home Care Framework. The Council will use the call off options described in the procurement documents to arrange care packages
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
Tenderers must confirm their agreement to a fixed price.
As this is a fixed price framework, the evaluation is based on 100% quality.
Please refer to the procurement documents for full details of the tender evaluation methodology.
This procurement involves the reopening of a flexible framework agreement.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-022662
IV.2.2) Time limit for receipt of expressions of interest
Date:
15/12/2025
Local time: 12:00
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
Refer to the tender documents for additional information.
https://procontract.due-north.com
Associated tender documents are found at the above website. The Reference number for this procurement is DN792685
This Flexible Framework is designed for the provision of Care and Support Services delivered and regulated within England. Care and Support Services must operate in accordance with applicable law and guidance.
Organisations must register their interest on the South East Business Portal https://sebp.due-north.com in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation which does not register their interest.
Clarification questions must be sent via messaging on the South East Business Portal site.
The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As governed by the law of England and Wales
VI.5) Date of dispatch of this notice
17/11/2025