Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0696 Live at Home Framework re-opening |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Live at Home Framework will be procured on a lot basis, per district. Broken down into: — District, — Client group, — Service Type, — Target Supply Area. ECC shall produce a Ranked list per District, Client Group, and Service Type, ranking the bidders in descending order based on their overall score. The Ranked list will operate for general home support needs under the Live at Home Framework Model. Care packages will be placed with the highest ranked provider on the relevant list. Providers will have the ability to select which districts, client groups and service types they wish to deliver service to, ECC has set the enhance needs rate, but Providers will be able select an additional premium for delivering services in Target Supply Areas. On an annual basis, existing providers will have the opportunity to submit a revised price matrix and new entrants will be permitted to bid for inclusion on the Ranked Lists. |
Published: | 05/11/2018 11:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Email: LiveAtHome@essex.gov.uk
Main Address: www.essex.gov.uk
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Health-and-social-work-services./54985F576V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: 0696 Live at Home Framework re-opening
Reference Number: 0696
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Live at Home Framework will be procured on a lot basis, per district. Broken down into:
— District,
— Client group,
— Service Type,
— Target Supply Area.
ECC shall produce a Ranked list per District, Client Group, and Service Type, ranking the bidders in descending order based on their overall score. The Ranked list will operate for general home support needs under the Live at Home Framework Model. Care packages will be placed with the highest ranked provider on the relevant list.
Providers will have the ability to select which districts, client groups and service types they wish to deliver service to, ECC has set the enhance needs rate, but Providers will be able select an additional premium for delivering services in Target Supply Areas.
On an annual basis, existing providers will have the opportunity to submit a revised price matrix and new entrants will be permitted to bid for inclusion on the Ranked Lists.
II.1.5) Estimated total value:
Value excluding VAT: 400,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Live at Home — Basildon
Lot No: 1
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 2
II.2.1) Title: Live at Home — Braintree
Lot No: 2
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 3
II.2.1) Title: Live at Home — Brentwood
Lot No: 3
II.2.2) Additional CPV codes:
85300000 - Social work and related services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 4
II.2.1) Title: Live at Home — Castle Point
Lot No: 4
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 5
II.2.1) Title: Live at Home — Chelmsford
Lot No: 5
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 6
II.2.1) Title: Live at Home — Colchester
Lot No: 6
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 7
II.2.1) Title: Live at Home — Epping
Lot No: 7
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 8
II.2.1) Title: Live at Home — Harlow
Lot No: 8
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 9
II.2.1) Title: Live at Home — Maldon
Lot No: 9
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 10
II.2.1) Title: Live at Home — Rochford
Lot No: 10
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 11
II.2.1) Title: Live at Home — Tendring
Lot No: 11
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 12
II.2.1) Title: Live at Home — Uttlesford
Lot No: 12
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
II.2) Description Lot No. 13
II.2.1) Title: Live at Home — HMP Chelmsford
Lot No: 13
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Providers will be evaluated on a best value basis assessing a Provider's pricing and quality submissions. Providers will be assessed against set criteria that will ensure quality provision and providers will be required to select a price from pricing matrix. The scores for quality and price will then be combined to produce an overall score. This overall score will then dictate the provider's position on a Ranked List. Providers will be ranked on the basis of their overall score in descending order, with the provider achieving the highest score being awarded first place on the relevant Ranked List.
Providers on the Framework will have the opportunity to submit a new price from the price matrix and new entrants will be permitted to bid for inclusion on the Ranked List at annual review. Ranked Lists will be reviewed quarterly based on their KPI's and Quality Reports. Providers' pricing will remain as selected at the ITT or previous Ranked List view Review Point.
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: 400,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 07/04/2019 / End: 11/02/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: ECC reserve the rights to:
— Alter the Rank List principles,
— Alter the placement process outlined in Schedule 5 during the term of the agreement,
— Run a mini competition with providers on the ranked list,
— Amend or update the Live at Home Framework Model.
This framework is not available to other local authorities, but is available to Essex CCG's and ICO or ACO.
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:
Providers must be registered with Care Quality Commission to be able to deliver domiciliary care services.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2016/S 112 - 199041
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/12/2018 Time: 12:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 13/12/2018
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Health-and-social-work-services./54985F576V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54985F576V
VI.4) Procedures for review
VI.4.1) Review body:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/11/2018
Annex A