Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Islington Council
London
UK
E-mail: procurement@islington.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.islington.gov.uk/
Address of the buyer profile: http://www.islington.gov.uk/
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
2223-0170 Home Care Flexible Framework
Reference number: DN666399
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Home care is a key component of Islington’s Adult Social Care vision to support residents to
live healthy, fulfilling and independent lives; maximising independence and connecting them
with their community, ensuring equality and fairness throughout.
Home Care, also known as Domiciliary Care, covers a wide range of activities, including but
not limited to, personal care; reablement; support with medication and household tasks to
support people with long-term care needs in the community. Residents may require these
services for a short period to recover from illness or injury for example, or for a longer period
to allow them to remain safe, independent and living in their own home.
Our ambitions for Home Care centres around four key areas:
• Improving outcomes for residents through a personalised, strengths-based approach that
maximises wellbeing and independence for all
• Ensuring capacity within high quality provision able to meet diverse needs and fluctuations
in demand
• Driving a more inclusive economy through fair pay and good conditions for the care
workforce; and community wealth building
Page 4 to 10
• Delivering greater value for money by better managing demand, preventing or delaying
escalation of need
To enable an integrated approach to home care, through locality-based provision the
borough will be divided three localities: North, South and Central.
As the value of the contract is above the threshold for wider advertising of the opportunity, a
Contract Notice will be published on Contracts Finder and Find a Tender (FTS).
This procurement is being conducted in accordance with the Public Contracts Regulations
2015 (the PCR). The procurement is subject to the ‘light-touch regime’ under Section 7
Social and Other Specific Services of Part 2 of the PCR. Under Regulation 76 the Council is
free to establish a procedure, provided that the procedure is sufficient to ensure compliance
with the principles of transparency and equal treatment of economic operators (service
providers) and is initiated by a contract notice. The Council has utilised the flexibility allowed
under the ‘light-touch regime’ to design a process that will ensure a robust assessment of
providers prior to being appointed to the framework agreement, and to allow flexibility
around procedures for placement of individual service users. The procedure the Council has
designed is based on the open procedure.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
170 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Guaranteed hours/ minimum hours threshold
Mixed sized bundles of guaranteed hours contracts across North, Central and South localities in Islington will then be awarded. This element of the process will see the Council discuss with each provider to determine capacity for the number of hours on offer across a locality, as well as preferences as to which locality each provider wants to work in.
The bundles of guaranteed hours will be below anticipated demand so providers will be able to exceed contracted (guaranteed) hours but not under-deliver once the service is fully implemented. The purpose of the guarantee is to ensure that the provider has a guaranteed payment to enable a more sustainable service. The guaranteed hours will also form the minimum hours threshold for the contract (i.e. the minimum hours that must be delivered by the appointed provider per year).
The hours will only be guaranteed and required to be delivered following a mobilisation period to be agreed between the Council and the successful provider(s) where the provider will incrementally increase their hours. It is anticipated that mobilisation period will be six to twelve months and ongoing progress will be monitored on a regular basis to support providers to meet the minimum hours.
II.2.5) Award criteria
Quality criterion: Social value
/ Weighting: 20
Quality criterion: Service delivery
/ Weighting: 25
Quality criterion: Customer care
/ Weighting: 15
Quality criterion: Monitoring Performance, Quality Assurance and Continuous Improvement
/ Weighting: 15
Quality criterion: Strategic Partnerships and Innovation
/ Weighting: 10
Price
/ Weighting:
15
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
Lot No: 2
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
There will be no guaranteed business and delivery of Social Value will be proportionate to contracted number of hours. Social Value deliverables will be monitored as part of contract management.
All providers that meet the minimum requirements in the method statement questions in Part 4 of the ITT and meet requirements for pricing will be appointed to the Lot 2 Framework. This appointment may include the allocation of the provider to a particular specialism, though providers without a specialism will also be appointed.
Lot 2 bids will be evaluated after Lot 1 bids, with those unsuccessful in being appointed to Lot 1 but still meeting the minimum requirements for that Lot then being automatically appointed to the Lot 2 Framework.
Lot 2 may be reopened at the Council’s discretion. The decision is likely to be based on the capacity across the Lot 2 Framework, especially where there has been provider failure, or the presence of new, innovative providers entering the market.
II.2.5) Award criteria
Quality criterion: Social value
/ Weighting: 20
Quality criterion: Service delivery
/ Weighting: 30
Quality criterion: Customer care
/ Weighting: 20
Quality criterion: Monitoring Performance, Quality Assurance and Continuous Improvement 15
/ Weighting: 15
Price
/ Weighting:
15
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-011362
Section V: Award of contract
Lot No: 1
Contract No: 2223-0170
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/08/2024
V.2.2) Information about tenders
Number of tenders received: 201
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Eazy Innovations C.I.C.
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Care Central Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Goldsmith Personnel Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Homedotcare Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MiHomecare Limited
Nottingham
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Nema Home Care Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Prime Way Care Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rather Home Ltd
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Vista Care Solutions Limited T/A Sunlight Care Group
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 170 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2223-0170
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/08/2024
V.2.2) Information about tenders
Number of tenders received: 201
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bright Future Care Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Cera Care Operations
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Circle of Care Service Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Hartwig Care Ltd
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Immediate Quality Care Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
J.C.Michael Groups Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kaamil Education Ltd Trading As Daryel Care
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
London Care Limited
Nottingham
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Pringle's Care Services Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
River Garden Care Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sterling Standard Care Group Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SUPREME COMPANY AND SONS LTD T/A SUPREME HOME CARE
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Thames Homecare Service Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Temp Exchange Ltd
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 170 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Islington Council
London
UK
VI.5) Date of dispatch of this notice
27/09/2024