Domiciliary Care Services St Helens – Framework of Approved Suppliers
St Helens Council is seeking to appoint accredited organisations to join an existing approved list for the provision of domiciliary care services.
United Kingdom-St Helens: Health and social work services
2020/S 047-112548
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Town Hall, Victoria Square
Town: St Helens
NUTS code: UK
Postal code: WA10 1HP
Country: United Kingdom
Contact person: Mr Nick Fletcher
E-mail: nicholasfletcher@sthelens.gov.uk
Telephone: +44 1744673475
Internet address(es):Main address: http://www.sthelens.gov.uk
Address of the buyer profile: http://www.sthelens.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Opportunity to Join the Existing Framework of Approved Suppliers for the Provision of Domiciliary Care Services Start 1 June 2020
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
St Helens Council is seeking to appoint accredited organisations to join an existing approved list for the provision of domiciliary care services.
Those placed on the approved list will be awarded a contract for the provision of domiciliary care.
The approved list will have two tiers of provider:
Tier 1: those who utilise an appropriate electronic call monitoring system;
Tier 2: those without electronic call monitoring.
From 1 December 2016 the award of each new package of care is subject to a mini competition which will only be open to providers on the approved list and with a contract awarded by this process.
In order to be placed on the approved list and awarded a contract, bidders will need to demonstrate a proven track record in providing care services to vulnerable people in their own homes. They will be required to demonstrate at ITT stage that they are capable of meeting the service specification and quality standards required by the Council.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Successful bidders will also be required to be utilising an appropriate system of electronic call monitoring to be considered Tier 1.
Bidders are expected to operate the service from a base either within the borough of St Helens or from a base in a local authority that shares a geographic border with St Helens.
The service is predominantly for older people, but will also be for any adult with a physical or learning disability, those with dementia and on occasion those at end of life.
The service will operate between the hours of 7 a.m. and 11 p.m., 365 days a year.
Payment will be for the actual time delivered.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: St Helens
Country: United Kingdom
VI.5)Date of dispatch of this notice: