Essex County Council: 0696 Live at Home Framework re-opening

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Health and social work services.
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


View any Notice Addenda

View Award Notice