Back to tenders & grants page
United Kingdom-Brighton: Health and social work services Construction & Engineering United Kingdom-Brighton: Health and social work services
Receive Tenders like this by email

United Kingdom-Brighton: Health and social work services

Brighton & Hove City Council has announced on 19 Feb 2020 that is accepting bids for the following project: United Kingdom-Brighton: Health and social work services.

The tender will take place in United Kingdom and will cover the Construction & Engineering industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-Brighton: Health and social work services. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

Brighton & Hove City Council

Industry:

Construction & Engineering

Status:

Accepting bids

Timeline

Published:

19 Feb 2020

Deadline:

14 Feb 2026

Value:

Not available

Contacts

Name:

Supplier Engagement Team

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Brighton & Hove City Council
Postal address: Hove Town Hall, Norton Road, Hove
Town: Brighton
NUTS code: UKJ21 Brighton and Hove
Postal code: BN3 3BQ
Country: United Kingdom
Contact person: Supplier Engagement Team
E-mail: [email protected]
Internet address(es):
Main address: https://new.brighton-hove.gov.uk/
Address of the buyer profile: http://demand.sproc.net
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic Purchasing System for the Provision of Home Support Services and for the Provision of Supported Living, Community Support and Day Opportunities for Adults

II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:

Brighton and Hove City Council is re-establishing a dynamic purchasing system for the provision of home support services and for the provision of supported living, community support and day opportunities for adults.

II.1.5)Estimated total value
Value excluding VAT: 45 600 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Homecare

Lot No: 1
II.2.2)Additional CPV code(s)
85300000 Social work and related services
II.2.3)Place of performance
NUTS code: UKJ21 Brighton and Hove
Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4)Description of the procurement:

The Council is seeking to re-establish a Dynamic Purchasing System (DPS) to award individual service agreements for the provision of home care services to residents. Organisations who have registered offices with the Care Quality Commission (CQC) will have the opportunity to tender to provide home care services to individuals aged 18 and over with a council-assessed care need.

The DPS is intended as an additional referral route for the Council’s existing contractual arrangements – the DPS will be used where a suitable provider cannot be found via the current contract. The Council reserves the right to amend this referral route as required. Providers will be subject to quality checks and Key Performance Indicators as part of their service delivery.

Providers will be required to deliver the services detailed in the specification in line with the service user’s care and support requirements. The Council reserves the right to amend and introduce additional Key Performance Indicators (KPIs) throughout the life of the contract, including by not limited to KPIs relating to service user outcomes and additional compliance. This lot also includes the provision of Continuing Healthcare (CHC).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

This contract is subject to renewal. 2-year extension, plus an additional 2 year extension totalling 72 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Community Support

Lot No: 2
II.2.2)Additional CPV code(s)
85312000 Social work services without accommodation
II.2.3)Place of performance
NUTS code: UKJ21 Brighton and Hove
Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4)Description of the procurement:

Community Support is personalised and outcomes-focused support provided for adults with social care needs that enables them to live independently in their homes and in the community. It is also intended to reduce and prevent admissions to hospital, use of the criminal justice systems and higher support services e.g. residential care services. The service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring community support. Support can be provided in a range of settings including: within a person’s home; in the community; on a 1:1 basis; to a group of service users where appropriate; Brighton and Hove City Council requires a range of services which will deliver the following outcomes:

— provide opportunities for people to develop and maintain skills,

— support personalisation through increased choice of activities,

— enable individuals to remain independent in their homes and in the community,

— enable individuals to access the community,

— enable individuals to participate in the community,

— improve health and well-being,

— reduce social isolation,

— minimise and prevent admissions to institutions such as hospitals, the criminal justice system and residential care.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Day Opportunities

Lot No: 3
II.2.2)Additional CPV code(s)
85312000 Social work services without accommodation
85312100 Daycare services
II.2.3)Place of performance
NUTS code: UKJ21 Brighton and Hove
Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4)Description of the procurement:

Day opportunities provide a range of services to individuals with social care needs that enable them to participate in engaging and enjoyable activities in the community and also provide respite to carers. The opportunities are to be provided on a shared sessional basis to groups of service users. This service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring community support. Support can be provided in a range of settings including, in the community; within an accommodation service (excluding a registered care home; within a day service setting;

Brighton and Hove City Council requires a range of services which will deliver the following outcomes:

— provide opportunities for people to develop and maintain skills,

— support personalisation through increased choice of activities,

— enable individuals to access the community,

— enable individuals to participate in the community,

— improve health and well being,

— reduce social isolation,

— minimise and prevent admissions to institutions such as hospitals, the criminal justice system and residential care.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 4 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Supported Living

Lot No: 4
II.2.2)Additional CPV code(s)
85311000 Social work services with accommodation
II.2.3)Place of performance
NUTS code: UKJ21 Brighton and Hove
Main site or place of performance:

We envisage that the majority of placements would be made within the Brighton and Hove. However there maybe requirements for out of city provision.

II.2.4)Description of the procurement:

Supported living is a form of accommodation where individuals have their own tenancy or licence, and are provided with a level of support, appropriate to their assessed needs, to help them maintain and maximise their independence. Support should be asset based, outcome focussed, and enable individuals to sustain independence in the community. The term supported living is used to describe all forms of supported accommodation. This service is for adults aged 18+ who are eligible for adult social care support and have been assessed as requiring supported living. Brighton and Hove City Council requires supported living services which will deliver the following outcomes. The service shall:

— provide opportunities for people to develop and maintain daily living and tenancy skills,

— support personalisation through increased choice of housing arrangements,

— enable individuals to remain independent in the community,

— improve health and well-being,

— reduce social isolation,

— minimise admissions to institutions such as hospitals, the criminal justice system and residential car.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 33 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

This contract is subject to renewal: 2-year contract, plus 2-year extension, plus an additional 2-year extension totalling 72 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As stated in the procurement documentation and any subsequently issued documentation available at http://demand.sproc.net

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Refer to contract documents available at http://demand.sproc.net

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/02/2026
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 16/03/2026
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Internet address: https://www.haringey.gov.uk
VI.4.2)Body responsible for mediation procedures
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Internet address: https://www.haringey.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: [email protected]
Internet address: http://demand.sproc.net/
VI.5)Date of dispatch of this notice:
14/02/2020

http://ted.europa.eu/udl?uri=TED:NOTICE:83924-2020:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more