Home Care Support Framework (Flexible Framework)
Main contract details
<p><strong>The procurement is a 3 stage process: </strong></p>
<p>1) Compliance with the Minimum Entry Criteria (see below)</p>
<p>2) Completion of Parts 1 and 2 of the Selection Questionnaire - Supplier Information and Exclusion Grounds</p>
<p>3) Completion of Part 3 of the Selection Questionnaire – Technical and Professional Ability and Technical Questions</p>
<p>Evaluation: Stage 1 - Compliance with the Minimum Entry Criteria. Bidders must pass</p>
<p>Stage 2 - Bidders must ‘Pass’ all the requirements set out in Part 1 and Part 2 of the Selection Questionnaire.</p>
<p>Stage 3 – Part 3 of the Selection Questionnaire Technical and Professional Ability and Technical Questions. This section will be evaluated by a panel.</p>
<p><strong>Home Care services</strong> are a social service as defined in Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and the <strong>Home Care</strong> Framework which is the subject of this notice shall be 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 <strong>Home Care</strong> Framework or bringing any of them into force.</p>
<p>It is a material condition of this <strong>Home Care</strong> Framework that throughout its Duration, the Provider will hold and maintain the necessary Registration with the <strong>Care Quality Commission</strong>.</p>
<p><strong>In order to bid for the Framework providers are required to meet the following </strong><strong>Minimum Entry Criteria:</strong></p>
<p><strong>Acceptance of the Fixed Price </strong><strong>of £19.40 per hour. Please see Appendix 4 Fixed Price Schedule for specific conditions.</strong></p>
<p><strong>Acceptance of the Conditions of the Framework</strong></p>
<p><strong>Acceptance of the Specification</strong></p>
<p><strong>Confirmation that the office the service will be provided from:</strong></p>
<ul>
<li><strong>Has a CQC rating of ‘good’ or ‘excellent’*</strong></li>
<li><strong>Is registered for personal care</strong></li>
<li><strong>Is within 45 minute drive (as determined by AA Route Planner) from the Council’s main office, </strong><strong>Time Square RG12 1JD</strong></li>
<li><strong>Confirmation that by the commencement of the Framework your organisation will have implemented an electronic call monitoring system (ETMS)</strong></li>
<li><strong>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:</strong></li>
<li><strong>Employers Liability £5M</strong></li>
<li><strong>Public Liability £10M</strong></li>
<li><strong>Professional Indemnity £1M</strong></li>
<li><strong>Crime Protector insurance £1M</strong></li>
</ul>
<p><strong>*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.</strong></p>
<p>Refer to the procurement documents for additional information.</p>
<p><strong>The Council is looking to enter into a framework agreement with a maximum of 12 pre-qualified providers, however this is an indicative number only and the Council shall retain the discretion to increase the number of pre-qualified providers to appoint to the Framework. </strong></p>
<p>The Council will not consider any applications from bidders who do not meet the requirements detailed above. The Council may, at its discretion, reopen the Framework at any time through the term of the contract and advertise that a subsequent evaluation for new providers will be undertaken. This will generally be in the following circumstances: • The Framework has failed to meet the minimum 95% of packages for a 2 month period • There is a specific need in the market not being met Alternatively, the Council reserves the right to grant tenderers who have not been successful in joining the initial list of pre-qualified providers “Reserve Provider” status. Reserve Providers, if the Council decides to appoint any at all, shall be appointed in order of their scoring, having not been selected as initial providers to be appointed to the Framework and recognised as a Reserve Provider within the letter notifying the tenderer of the result of the procurement. Classification of a tenderer as a Reserve Provider shall not create any obligation or expectation that the Council will appoint the tenderer to the Framework at a later date. The Council is under no obligation to designate any tenderer as a Reserve Provider and shall retain complete discretion as to whether to reopen the Framework or to appoint, none, one or multiple Reserve Providers to the Framework. A tenderer’s Reserve Provider status shall automatically lapse following the period of one year from the commencement date of the Framework and a tenderer who has been given Reserve Provider status shall not be under any obligation to agree to join the list of pre-qualified bidders if so requested by the Council (however by accepting shall be deemed to be legally bound by their original tender).</p>
<p>The frame work will be a 3 year term with option to extend by 3 x 1 year increments (3 +1+1+1)</p>
<p>Organisations must register their interest on this South East Business Portal <a href="https://sebp.due-north.com">https://sebp.due-north.com</a> 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.</p>
<p>Clarification questions must be sent via messaging on this South East Business Portal site.</p>
<p>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.</p>
<p>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.</p>
Key dates
Expression of interest window
From 13/09/2021 00:00 to 08/10/2021 12:00
New to ProContract?
If you are not currently registered on the ProContract procurement portal, you can complete a simple registration process by clicking the following link - Register free
Contact details
Bracknell
Berkshire
RG12 1JD
United Kingdom