AHS&CS5019 Domiciliary and personal care
Main contract details
The London Borough of Tower Hamlets (LBTH) is seeking expressions of interest from interested organisations for the above services and / or goods.
Description:
Description: Domiciliary Care Preferred Provider Framework for the spot purchase of domiciliary and personal care services. The Framework is comprised of six lots:
Lot A: The provision of domiciliary care to adults aged 18+ in the North West of the borough;
Lot B: The provision of domiciliary care to adults aged 18+ in the North East of the borough;
Lot C: The provision of domiciliary care to adults aged 18+ in the South West of the borough;
Lot D: The provision of domiciliary care to adults aged 18+ in the South East of the borough;
Lot E: The provision of domiciliary care to adults aged 18+ from the Chinese and Vietnamese communities (borough-wide);
Lot F: The provision of domiciliary care to adults aged 18+ from the Somali community (borough wide);
Lot G: The provision of personal care services to disabled children (borough-wide);
Lot H: The provision of in-home respite care to informal carers (borough-wide)
A list of the wards included in the geographic areas covered by each of Lots A to D is available with the PQQ and a map of the borough showing the wards can be found at:
http://sps2ksrv.towerhamlets.gov.uk/cms_data/maps/mapSelection.html?http://cms.esriuk.com/TowerHamlets/Sites/Council_Democracy/
Detailed demographic information on each of the borough wards can additionally be found at:
http://www.towerhamlets.gov.uk/lgnl/community_and_living/borough_statistics/Ward_profiles.aspx
Bidders for Lots A, B, C and D will wish to refer to this information in considering the demographic make-up of the specific Lot they wish to bid for.
The Council intends to issue an invitation to tender for a Preferred Provider Framework for domiciliary and personal care from which individual packages of care and support will be spot purchased. Inclusion in the Framework will not in itself guarantee a particular level of business for any supplier, as this will be based on best value considerations and service user choice. Standard contractual terms and conditions will apply to each supplier with individual Purchase Orders subsequently being used to create a contract for service on an individual basis. At contract commencement, for the four geographic lots, each of the two successful bidders will be allocated 50% of the available hours of care. All subsequent purchases will be made in the way described above.
The Preferred Provider Framework will be closed to new entrants for a minimum 36 month period from the date on which it comes into effect and up to a maximum of 60 months, and will be limited to a maximum number of suppliers per lot as set out below:
Lot Description Total projected value per annum (up to) Number of suppliers
A The provision of domiciliary care to adults aged 18+ (North West) £5,000,000 Two
B The provision of domiciliary care to adults aged 18+ (North East) £5,000,000 Two
C The provision of domiciliary care to adults aged 18+ (South West) £5,000,000 Two
D The provision of domiciliary care to adults aged 18+ (South East) £5,000,000 Two
E The provision of domiciliary care to adults aged 18+ (Chinese and Vietnamese communities) £250,000 One
F The provision of domiciliary care to adults aged 18+ (Somali Communities) £250,000 One
G The provision of personal care services to disabled children at home £1,000,000 Two
H The provision of respite care at home to informal carers £263,000 Two
Bidders for Lots A, B, C and D will be limited to bidding for one of those lots only, and will be required to identify which lot they are bidding for when submitting the PQQ.
Bidders can apply for one or more Lots E, F, G and H in any combination. Bidders that apply for one of lots A, B, C and D will also be able to apply for lots E, F, G and H.
In respect of consortia bids, each bidder must only be party to one bid in respect of each Lot in the procurement.
Bidders will have to demonstrate how they will promote the ethos of independence and choice to service users, how they will enable service users to exercise control over their own lives, and how they will ensure that individuals and families served are offered high quality, safe and consistent services.
The Council is committed to becoming an Ethical Care Council, and successful bidders will be contractually required to comply fully with the Ethical Care Charter published by Unison.
In outline, the services to be delivered via each Lot will provide the following:
Lots A, B, C, D, E and F
For Lots A to D the service is delivered in each of the four geographic areas to adults aged 18+ with a broad range of care and support needs, and this means that successful tenderers may be required to deliver services that include the ability to meet a number of more specialist needs including (but not limited to):
• working with people with Autistic Spectrum Disorders;
• working with younger adults and older people with complex and multiple disorders which may encompass both health and social care needs;
• working with older people with Dementia and related conditions;
• End of life care.
With regards to the above Lots, the Council anticipates that in respect of current in-house provision, TUPE will apply to current staff. The number of staff to which the Council anticipates TUPE will apply is currently 111 (3 supervisors, 3 administrative assistants and 105 care staff). The current hourly rate (inclusive of holiday pay) for the care staff is £10.52. Detailed data will be provided with invitations to tender. The Council does not warrant the accuracy of the data and will not accept any liability arising from it. In accordance with the Council’s policy, tenderers are advised to seek independent legal advice on TUPE.
Traditionally, Domiciliary Care services have been delivered to the individual in their own home, but with the advent of the Transforming Adult Social Care policy agenda, and the development of Personalisation, this is changing. To support increased choice and control, the Council will require successful tenderers for inclusion in its Preferred Provider Framework to offer services to individuals which actively support them to, for example, access mainstream community facilities and which more generally promote their independence and wellbeing. In this regard, the service to be delivered will have similarities to that offered by an employed personal assistant.
For lots E and F the same description as above applies, but will cover the specific communities identified on a borough wide basis.
Lot G
A personal care service for disabled children and young people with disabilities, to enable and support them to live ordinary family lives and participate in universal activities. The service will be delivered to the individuals in their own home and in the community to support access to universal services and to provide families with a short break from their caring responsibilities.
The Service Provider shall work with children and young people who have one or more of the following conditions:
• Communication, Behavioural, Emotional and Social Needs
• Learning Disabilities
• Autistic Spectrum Disorders (ASD)
• Challenging Behaviour
• Sensory Impairment
• Other long-term medical conditions
• Multiple Disabilities
Lot H
A service for informal carers who have been assessed as requiring assistance with caring for an individual who is in receipt of Community Care services provided by the Council. The service may include:
• undertaking domestic tasks, such as cleaning, shopping and laundry to provide some respite for the carer;
• spending time with the cared for person in order to give the carer an opportunity to go out;
• enabling the cared for person to access community facilities or similar in order to provide the carer with a break;
• the service will also operate in conjunction with the Council’s Carers Emergency Card scheme so prospective providers will need to have the capacity to provide an immediate response as and when required.
The London Borough of Tower Hamlets has a diverse population and prospective providers will have to offer, through the procurement process, a high degree of certainty that they will be able to deliver a sensitive and appropriate service to all communities across the Borough.
The Contract requires the provider to pay the London Living Wage. The contract will be awarded on a fixed price basis, other than in relation to changes in the London Living Wage.
The Council has introduced an Electronic Home Care Monitoring system, and use of this system to monitor supplier performance will be a contractual requirement for services provided under Lots A to F plus H. The Council is also considering whether to introduce an equivalent requirement for services provided under Lot G, and will determine this prior to contract award.
A bidder’s conference for prospective tenderers will be held on the 5th of May 2016 between 9:00am and 12:00pm. More details of the venue and arrangements for this conference will be made available via the portal during the week commencing 17th of April.
The Council is committed to improving the quality of life for both residents and businesses within Tower Hamlets. In line with The Public Services (Social Value) Act 2012 the authority will consider how this procurement might improve the economic, social and environmental well-being of the relevant area. In order to achieve this, it is our objective to work with existing and future contractors to secure an appropriate level of community benefits through the procurement process. Detailed guidance and minimum levels of the economic and community benefit applicable to this tender will be available within the tender documentation.
The anticipated contract start date is: Monday, 28 November 2016
The estimated value of the contract is:
£21,750,000 Per Annum
For a period of: 60 months (with an initial term of 36 months and two subsequent extension periods of 12 months each exercisable at the sole discretion of the Council.)
Organisations wishing to express their interest are requested to register on the London Tenders Portal (www.londontenders.org) where the tender documentation will be available for download. You may be required to complete a Pre-Qualification Questionnaire (PQQ).
NOTE that the Specifications and T&C made available at this stage are for INFORMATION ONLY. Suppliers that are selected to the next stage of the tender will receive the Invitation to Tender (ITT) as part of the final documentation related to this contract. At this stage you are only required to respond to the online PQQ.
Organisations must ensure that access to the system is available to their representatives dealing with the contract. The council will not be liable for the lack of delegated access within the organisation and will not send any documentation regarding the contract, which shall be exclusively available through the portal.
Tenderers are responsible for allowing sufficient time to submit their ITT/PQQ. The Council accepts no liability whatsoever for ITT/PQQs that are not submitted due to internet connectivity issues, transmission delays or errors.
Deadline for expression of interest and / or return of quotation is:
Friday, 13 May 2016 by 12 noon
LBTH is an Equal Opportunities Employer and a supporter of Ethical Governance, our protocol can be found here along with Guidance to Suppliers and Providers. Or via:
http://www.towerhamlets.gov.uk/
LBTH does not undertake to invite all applicants or bind itself to accept the lowest or any Tender. LBTH will not be liable for any costs incurred in tendering for this contract.
If you require any further information please contact:
Jay Bains
at: procurement@towerhamlets.gov.uk
Key dates
Expression of interest window
From 15/04/2016 15:36 to 27/05/2016 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
London
Greater London
E14 2BG
United Kingdom
