Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0378 Day Opportunities Services Framework |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Essex County Council (the Council) is seeking to procure a framework of providers to deliver Day Opportunities services for adults with disabilities/physical or sensory impairments and older people as further described in the Service Specification published with the tender documents. The Council wants the services to support adults through a range of purposeful activities outside of their own home, and seeks to increase their independence and confidence within their own community, as well as enabling a break for unpaid carers. The Day Opportunities service in Essex will support the Council in achieving its strategic aims in relation to the cohort of adult these services are gears towards. Providers are required to embed the Council’s “Good Lives Approach”, embracing the Care Act principles of ‘Prevent, Reduce, Delay’ and changes the dependency culture of assessing for services to an approach building upon an Adult’s assets and the support networks they have in their local communities. |
Published: | 26/01/2018 09:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Tel. +44 3330136254, Email: amy.wilson2@essex.gov.uk
Contact: Amy Wilson
Main Address: https://www.delta-esourcing.com
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: https://www.delta-esourcing.com/respond/FV2B6GGD3Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/FV2B6GGD3Z 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: 0378 Day Opportunities Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
85000000 - Health and social work services.
EA05-7 - For elderly person
FA04-5 - For training purposes
DA29-8 - Social work
DA31-4 - Daycare
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Essex County Council (the Council) is seeking to procure a framework of providers to deliver Day Opportunities services for adults with disabilities/physical or sensory impairments and older people as further described in the Service Specification published with the tender documents. The Council wants the services to support adults through a range of purposeful activities outside of their own home, and seeks to increase their independence and confidence within their own community, as well as enabling a break for unpaid carers. The Day Opportunities service in Essex will support the Council in achieving its strategic aims in relation to the cohort of adult these services are gears towards. Providers are required to embed the Council’s “Good Lives Approach”, embracing the Care Act principles of ‘Prevent, Reduce, Delay’ and changes the dependency culture of assessing for services to an approach building upon an Adult’s assets and the support networks they have in their local communities.
II.1.5) Estimated total value:
Value excluding VAT: 90,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
EA05-7 - For elderly person
FA04-5 - For training purposes
DA29-8 - Social work
DA31-4 - Daycare
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The services fall within ‘social and other specific services’ within the Public Contracts Regulations 2015 and the total value of the framework will exceed the current threshold. The procurement of this framework is therefore subject to and has been designed to be compliant with the ‘light touch’ regime under the Regulations. The Council’s estimates the value of this framework to be in the range of £80-90 million pounds (GBP) over the four year framework, based on current and forecast expenditure for day opportunity services. The Council is running a one stage tender process that will be open for 60 days from date this contract notice is published, for bidders to respond to the Invitation to Tender (ITT). The bidder is to note that the award criteria for the framework is based on 100% quality and in order to be awarded a place on the framework it must score a ‘Pass’ on all relevant questions which would entail demonstrating that it meets all minimum quality requirements detailed in any question in the ITT. If a bidder fails to score a ‘Pass’ on any questions:
i.the Council will, depending on the nature of the question which has been failed, be entitled but not obliged to offer the bidder a conditional award onto the framework, for example demonstrating self-cleaning on any failed criteria; or
ii.where the Council reasonably considers that a conditional award is not appropriate, the bidder’s bid will be failed in its entirety and the bidder will not be offered a place on the framework.
The conditions relating to a compliant bid are set out in the Council’s ITT and the Bidder Guidance. No pricing information is required in the Invitation to Tender.
The framework will run for 4 years in accordance with the Framework Agreement. The Council will also re-open the framework to allow new bidders or bidders who previously failed the opportunity to join the framework up to three times a year in accordance with the terms of the Framework Agreement.
Placements will be made via a call-off procedure, with a call-off contract being awarded to a provider which represents the most economically advantageous bid i.e. lowest overall total package price (session costs plus transport costs) from compliant bids as defined in the Framework Agreement. Price is not the only award criterion at Call-Off and all criteria are stated only in the procurement documents. The Council will be entitled but not obliged to extend the duration of a call-off contract in accordance with the terms of the call-off contract.
The appointment of the Provider as an approved supplier on the Framework Providers List has been done on the basis of the Provider as an organisation and not in relation to any individual day centres or premises from which such Provider operates or may operate.
Further information also provided in Additional Information.
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: 90,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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 considers this contract may be suitable for small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. ECC is not intending to restrict places on the framework to providers within Essex only. The stipulation is that delivery must be within Essex only. Further information available at VI.3
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:
In accordance with Articles 56 to 58 of Directive 2014/24/EU and Regulations 56 to 58 of The Public Contracts Regulations 2015 and as set out in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In accordance with Articles 56 to 58 of Directive 2014/24/EU and Regulations 56 to 58 of The Public Contracts Regulations 2015 and as set out in the procurement documents
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In accordance with Articles 56 to 58 of Directive 2014/24/EU and Regulations 56 to 58 of The Public Contracts Regulations 2015 and as set out in the procurement documents
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
See the form of Contract supplied with the procurement documents.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not applicable
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/03/2018 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:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 26/03/2018
Time: 12:01
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.Bidders are asked to indicate the districts within Essex/Adult Cohort/Specialisms and Care Act Outcomes it is interested in via the Framework, falling into the “Active” list. Bidders are invited to also express an interest to deliver at any time within the four years of the framework, services in any District within Essex/Adult Cohort/Specialisms and Care Act Outcomes where the bidder at the time of bidding does not operate/provide such services. Evidence is not required for any expression of interest. The information will be held on the “Dormant” list. The ability to switch from Dormant to Active will be subject to the terms of the Framework. ECC’s intends to use a daily transport cost from Council’s Integrated Transport Unit (ITU) where Adults require transport and providers do not offer a transport service. The relevant daily transport costs from the ITU will form part of the overall total package cost at call-off.
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./FV2B6GGD3Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FV2B6GGD3Z
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, C2A 2LL, United Kingdom
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: 26/01/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Tel. +44 3330136254, Email: nick.green@essex.gov.uk
Contact: Nick Green
Main Address: https://www.delta-esourcing.com
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: 0378 Day Opportunities Services Framework
Reference number: Not Provided
II.1.2) Main CPV code:
85000000 - Health and social work services.
EA05-7 - For elderly person
FA04-5 - For training purposes
DA29-8 - Social work
DA31-4 - Daycare
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Essex County Council (the Council) is seeking to procure a framework of providers to deliver Day Opportunities services for adults with disabilities/physical or sensory impairments and older people as further described in the Service Specification published with the tender documents. The Council wants the services to support adults through a range of purposeful activities outside of their own home, and seeks to increase their independence and confidence within their own community, as well as enabling a break for unpaid carers. The Day Opportunities service in Essex will support the Council in achieving its strategic aims in relation to the cohort of adult these services are gears towards. Providers are required to embed the Council’s “Good Lives Approach”, embracing the Care Act principles of ‘Prevent, Reduce, Delay’ and changes the dependency culture of assessing for services to an approach building upon an Adult’s assets and the support networks they have in their local communities.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 90,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
EA05-7 - For elderly person
FA04-5 - For training purposes
DA29-8 - Social work
DA31-4 - Daycare
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The services fall within ‘social and other specific services’ within the Public Contracts Regulations 2015 and the total value of the framework will exceed the current threshold. The procurement of this framework is therefore subject to and has been designed to be compliant with the ‘light touch’ regime under the Regulations. The Council’s estimates the value of this framework to be in the range of £80-90 million pounds (GBP) over the four year framework, based on current and forecast expenditure for day opportunity services. The Council is running a one stage tender process that will be open for 60 days from date this contract notice is published, for bidders to respond to the Invitation to Tender (ITT). The bidder is to note that the award criteria for the framework is based on 100% quality and in order to be awarded a place on the framework it must score a ‘Pass’ on all relevant questions which would entail demonstrating that it meets all minimum quality requirements detailed in any question in the ITT. If a bidder fails to score a ‘Pass’ on any questions:
i.the Council will, depending on the nature of the question which has been failed, be entitled but not obliged to offer the bidder a conditional award onto the framework, for example demonstrating self-cleaning on any failed criteria; or
ii.where the Council reasonably considers that a conditional award is not appropriate, the bidder’s bid will be failed in its entirety and the bidder will not be offered a place on the framework.
The conditions relating to a compliant bid are set out in the Council’s ITT and the Bidder Guidance. No pricing information is required in the Invitation to Tender.
The framework will run for 4 years in accordance with the Framework Agreement. The Council will also re-open the framework to allow new bidders or bidders who previously failed the opportunity to join the framework up to three times a year in accordance with the terms of the Framework Agreement.
Placements will be made via a call-off procedure, with a call-off contract being awarded to a provider which represents the most economically advantageous bid i.e. lowest overall total package price (session costs plus transport costs) from compliant bids as defined in the Framework Agreement. Price is not the only award criterion at Call-Off and all criteria are stated only in the procurement documents. The Council will be entitled but not obliged to extend the duration of a call-off contract in accordance with the terms of the call-off contract.
The appointment of the Provider as an approved supplier on the Framework Providers List has been done on the basis of the Provider as an organisation and not in relation to any individual day centres or premises from which such Provider operates or may operate.
Further information also provided in Additional Information.
II.2.5) Award criteria:
Quality criterion - Name: Quality criteria outlined within tender documents / Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: ECC considers this contract may be suitable for small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. ECC is not intending to restrict places on the framework to providers within Essex only. The stipulation is that delivery must be within Essex only. Further information available at VI.3
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0378
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/08/2018
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Action for Family Carers
Brickhouse Farm, Poulton Close, Maldon, CM9 6NG, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.2)
Braintree District Mencap Society
Charles Leek House, 7 Coggeshall Road, Braintree, CM7 9DB, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.3)
Bright Lives Social Enterprise C.I.C
Abbotts Activity Centre, 39 Ladbrook Drive, Colchester, CO2 8RW, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.4)
Carers Choices
The White House, Kiln Road, Benfleet, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.5)
City of Chelmsford Mencap
56 Mildmay Road, Chelmsford, CM2 0DZ, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.6)
CLASS (UK) Limited
401 Baddow Road, Chelmsford, CM2 7QJ, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.7)
CoCoCare
Kingsland Church, 86 London Road, Lexden, Colchester, CO3 9DW, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.8)
Creative Care Services Limited
171 Stornoway Road, Southend-on-Sea, SS2 4NJ, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.9)
Brentwood and District Crossroads Care Attendant Scheme
14-16 The Broadway, Wickford, SS11 7AA, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.10)
Dacon Trust
Level Best Art Cafe, 3 Culver Street East, Colchester, CO1 1LD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 90,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/08/2018
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Disability Inclusion Society (DIS)
Polytunnel, Granite Chase, Billericay, CM11 2UQ, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.2)
Essex Blind Charity
Read House, The Esplanade, Frinton-on-Sea, CO13 9AU, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.3)
Essex Care Consortium
Maldon Road, Colchester, C02 0NU, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.4)
Essex Cares Limited
7th Floor, Seax House, Victoria Road South, Chelmsford, CM1 1QH, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.5)
Ferriers Barn Limited
Ferriers Barn, Ferriers Lane, Bures, CO8 5DL, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.6)
Hamelin Trust
19 Radford Crescent, Billericay, CM12 0DU, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.7)
Headway Essex
The Headway Centre, 2 Boxted Road, Colchester, CO4 5JD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.8)
HFT Ltd
5/6 Brook Office Park, Folly Brook Road, Emersons Green, Bristol, BS16 7FL, United Kingdom
NUTS Code: UKK1
The contractor is an SME: No
Contractor (No.9)
Lauriston Farm
Lauriston Farm, Lauriston Farm Chase, Goldhanger, Maldon, CM9 8AH, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.10)
Leading Lives Limited
12 Great Whip Street, Ipswich, IP2 8EZ, United Kingdom
NUTS Code: UKH14
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 90,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/08/2018
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Leah Manning Centre
Civic Centre, The Water Gardens, Harlow, CM20 1WG, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.2)
North London Homecare and Support Ltd
Suite D, The Business Centre, Faringdon Avenue, Romford, RM3 8EN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.3)
The Papworth Trust
Bernard Sunley Centre, Papworth Everard, CB23 3RG, United Kingdom
NUTS Code: UKH12
The contractor is an SME: Yes
Contractor (No.4)
Royal Association for Deaf People
Century House South, Riverside Office Centre, Colchester, CO1 1RE, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.5)
Royal Mencap Society
123 Golden Lane, London, EC1Y 0RT, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Scope in Colchester and Tendring Castlegate Day Centre
Castlegate Centre, George Street, Colchester, CO1 1TS, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.7)
Soma Healthcare
43 Skylines Village, Limeharbour, London, E14 9TS, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.8)
Tabor Centre
Weavers Park, Courtauld Road, Braintree, CM7 9BT, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.9)
The Bridge Project
20 Gainsborough Street, Sudbury, CO10 2EU, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.10)
The Salvation Army Trustee Company
101 Newington Causeway, London, SE1 1BN, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 90,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/08/2018
V.2.2) Information about tenders
Number of tenders received: 45
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Thera East
The West House, Alpha Court, Swingbridge Road, Grantham, NG31 7XT, United Kingdom
NUTS Code: UKF3
The contractor is an SME: No
Contractor (No.2)
Voluntary Action Epping Forest
25 Hemnell Street, Epping, CM16 4LU, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.3)
Volunteering Matters
18-24 Lower Clapton Road, London, E5 0PD, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Voyage Care 1 Limited t/a Voyage Care
Wall Island, Birmingham Road, Lichfield, WS14 0QP, United Kingdom
NUTS Code: UKG2
The contractor is an SME: No
Contractor (No.5)
Willow Park Resource Centre
Willow Park, The Street, Weeley, CO16 9JE, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 90,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Please note that this framework is a single contract and is not divided into lots. The total value of the contract is estimated to be £90m.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=349691935
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, C2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 04/10/2018