Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Home Care Services

  • Cyhoeddwyd gyntaf: 27 Chwefror 2024
  • Wedi'i addasu ddiwethaf: 27 Chwefror 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-043cf4
Cyhoeddwyd gan:
Cornwall Council
ID Awudurdod:
AA20540
Dyddiad cyhoeddi:
27 Chwefror 2024
Dyddiad Cau:
26 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 1 covers the geographical zone of Penwith which includes the following postcodes: TR17 0, TR18 2, TR18 3, TR18 4, TR18 4, TR18 5, TR19 6, TR19 7, TR20 8, TR20 9, TR26 1, TR26 2, TR26 3, TR27 4, TR27 5, TR27 6.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

UK

Person cyswllt: Celia Penhaligon

E-bost: Celia.Penhaligon@cornwall.gov.uk

NUTS: UKK3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.cornwall.gov.uk

Cyfeiriad proffil y prynwr: http://www.cornwall.gov.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/Advert/Index?advertId=f8a28b50-38bf-ed11-8120-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/Advert/Index?advertId=f8a28b50-38bf-ed11-8120-005056b64545


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Home Care Services

Cyfeirnod: DN660169

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years. Please refer to the procurement documents for further details.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 232 104 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 11 lotiau

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 Penwith

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 1 covers the geographical zone of Penwith which includes the following postcodes: TR17 0, TR18 2, TR18 3, TR18 4, TR18 4, TR18 5, TR19 6, TR19 7, TR20 8, TR20 9, TR26 1, TR26 2, TR26 3, TR27 4, TR27 5, TR27 6.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 37 344 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 Kerrier South

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 2 covers the geographical zone of Kerrier (South) which includes the following postcodes: TR12 6, TR12 7, TR13 0, TR13 8, TR13 9.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 528 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Lot 3 Kerrier North

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 3 covers the geographical zone of Kerrier (North) which includes the following postcodes: TR14 0, TR14 7, TR14 8, TR14 9, TR15 1, TR15 2, TR15 3, TR16 4, TR16 5, TR16 6.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 31 512 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4

II.2.1) Teitl

Lot 4 Falmouth and Penryn

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 4 covers the geographical zone of Falmouth and Penryn which includes the following postcodes: TR 3 7, TR11 2, TR11 3, TR11 4, TR11 5, TR10 8, TR10 9.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 19 480 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 5

II.2.1) Teitl

Lot 5 Truro Rural

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 5 covers the geographical zone of Truro Rural which includes the following postcodes: TR1 1, TR1 2, TR1 3, TR2 4, TR2 5, TR3 6, TR4 8, TR4 9, TR5 0, TR6 0.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 23 520 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 6

II.2.1) Teitl

Lot 6 Newquay and Clays

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 6 covers the geographical zone of Newquay and Clays which includes the following postcodes:

TR7 1, TR7 2, TR7 3, TR8 4, TR8 5, TR9 6.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 13 496 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 7

II.2.1) Teitl

Lot 7 St Austell, Three Harbours and Mevagissey

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 7 covers the geographical zone of St Austell, Three Harbours and Mevagissey which includes the following postcodes: PL22 0, PL23 1, PL24 2, PL25 3, PL25 4, PL25 5, PL26 6, PL26 7, PL26 8.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 28 384 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 8

II.2.1) Teitl

Lot 8 Bodmin and Wadebridge

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 8 covers the geographical zone of Bodmin and Wadebridge which includes the following postcodes: PL27 6, PL27 7, PL28 8, PL29 3, PL30 3, PL30 4, PL30 5, PL31 1, PL31 2.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 15 264 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 9

II.2.1) Teitl

Lot 9 Liskeard, Looe, Rame and Peninsula

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 9 covers the geographical zone of Liskeard, Looe, Rame and Peninsula which includes the following postcodes: PL10 1, PL11 2, PL11 3, PL13 1, PL13 2, PL14 3, PL14 4, PL14 5, PL14 6.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 17 576 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 10

II.2.1) Teitl

Lot 10 Tamar Valley and Saltash

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 10 covers the geographical zone of Tamar Valley and Saltash which includes the following postcodes: PL12 4, PL12 5, PL12 6, PL17 7, PL17 8, PL18 9.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 13 296 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 11

II.2.1) Teitl

Lot 11 Camelford, Bude, Stratton and Launceston

II.2.2) Cod(au) CPV ychwanegol

85323000

98000000

II.2.3) Man cyflawni

Cod NUTS:

UKK3

II.2.4) Disgrifiad o’r caffaeliad

The Council is seeking to procure the provision of Home Care services by way of an alliancing arrangement for a maximum term of up to eight (8) years.

The current provision of the Services is delivered by a number of service providers who bid for individual packages of care via a Dynamic Purchasing System (“DPS”). The Council is intending to replace the DPS with a new model of service delivery through this procurement process.

The new model will see the Services being delivered by way of eleven (11) placed-based alliances. Each Alliance will be formed of a number of service providers who will collaborate together to optimise the delivery of the Services in a specific Geographical Zone. Each Alliance will be led by a Strategic Provider who will manage the performance of the Services, administer the Alliance, coordinate capacity optimisation activity and act as an Operational Provider of Last Resort (see the Strategic Provider Specification for more details), and multiple Individual Providers who will directly deliver Home Care services.

The principal aim of the Services is to ensure people have access to the right care, in the right place, at the right time and enabling them to stay well, safe and independent at home for longer. The Services will address the needs of older people and people with physical disabilities who require assistance with their personal care, daily living activities and accessing the community. They may also be used by people with learning disabilities, autism, mental health support needs, sensory loss and other conditions where this type of provision best meets their individual needs.

The Services will include:

• regulated ‘personal care’ tasks including but not limited to getting in and out of bed, washing and dressing, going to the toilet and taking medication;

• non-regulated tasks including shopping, cleaning, going out into the community and other activities that enable the Person to meet their assessed social care needs, usually in exceptional circumstances;

• night-time care, which may be used to meet a Person’s needs in exceptional circumstances to prevent use of a residential care placements;

• clustering of home care services in specific locations, for example in a sheltered housing scheme, to enhance the offer available to people living in these settings and to optimise the available capacity; and

• Alliance Providers working collaboratively in each Geographical Zone to optimise service delivery and support each other with market fragility including prevention and management of local provider failure.

The procurement is divided into eleven (11) Lots which are aligned to eleven (11) Geographical Zones.

Lot 11 covers the geographical zone of Camelford, Bude, Stratton and Launceston which includes the following postcodes: EX22 6, EX22 7, EX23 0, EX23 8, EX23 9, PL15 7, PL15 8, PL15 9, PL32 9, PL33 9, PL34 0, PL35 0.

The Council intends for the Contract for each Lot to commence in October 2024, for a maximum term of eight (8) years. This is broken down as follows:

• an initial period of three (3) years commencing in October 2024; and

• an option for the Council to extend the term by a further three (3) years; and

• following the exercise of the first option, an option for the Council to extend the term by a further two (2) years.

Any extension of the term is at the sole discretion of the Council and the maximum term of the Contract will not exceed eight (8) years.

The Council intends to appoint one Alliance per Lot. In order to participate in this procurement process, providers must form Alliances and submit a composite Tender Response via the Portal. To be clear, a Tender Response from an Individual Provider or a Strategic Provider acting alone will not be considered. Any Individual Provider or Strategic Provider who wishes to take part in this procurement can only do so if it bids as part of an Alliance.

The Services being procured are social and specific services under the Regulations and are governed by the provisions of Section 7 of the Regulations (the “Light Touch Regime”). The Regulations provide the Council with the freedom to determine the procedures to apply in relation to the award of contracts under the Light Touch Regime. As such, the Council has decided to carry out a single stage process, akin to the Open procedure in Regulation 27 of the Regulations to procure the Services.

This advert is replacing the previously published PIN 2023/S 000-008521, published on 23rd March 2023 as Care and Support at Home in Cornwall. The current Home Care and Supportive Lifestyles contract commenced in 2018 and has now been extended until 30th September 2024.

Bidders must be registered on the ProContract portal https://www.supplyingthesouthwest.org.uk to access the tender documents. Registration on ProContract is free. All bids must be received electronically via the ProContract portal by the closing date stated in the Invitation to Tender.

Please refer to the procurement documents for further details.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Method Statement / Pwysoliad: 60

Maes prawf ansawdd: Quality Presentation / Pwysoliad: 5

Maes prawf ansawdd: Social Value / Pwysoliad: 15

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 19 704 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

An option for the Council (at its sole discretion) to extend the initial three (3) year term by a further three (3) years. Following the exercise of the first option, an option for the Council (at its sole discretion) to extend the term by a further two (2) years.

The maximum term of the Contract will not exceed eight (8) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 26/04/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 26/04/2024

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

• Any Contract entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.

• The Council reserves the right not to enter into any Contract or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process.

• The Council shall not be responsible for any costs incurred by any potential bidder responding to this contract notice.

• Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.

• The Council reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Cornwall Council

Truro

TR1 3AY

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

26/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
98000000 Gwasanaethau cymunedol, cymdeithasol a phersonol eraill Gwasanaethau eraill
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill
85323000 Gwasanaethau iechyd cymunedol Gwasanaethau cymdeithasol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Celia.Penhaligon@cornwall.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.