Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0564 Live at Home Framework re-opening |
Notice type: | Social and Other Specific Services - Public Contracts |
Authority: | Essex County Council |
Nature of contract: | Not applicable |
Procedure: | Open |
Short Description: | |
Published: | 01/11/2017 10:58 |
View Full Notice
Preliminary Questions
This notice is for Prior information notice: No
This notice is for Contract notice: Yes
This notice is for Contract award notice: No
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
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: No.
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./X3W4NFS8Y8
Further information can be obtained from: the above mentioned address
Tenders or requests to participate must be sent:
to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity:
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 0564 Live at Home Framework re-opening
Reference number: 0564
II.1.2) Common Procurement Vocabulary:
85000000 - Health and social work services.
DA28-5 - Social service
II.1.3) Type of contract: SERVICE
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
-Enhanced needs
-Target Supply Area
ECC shall produce a Ranked list per District, Client Group, Service Type and Enhanced needs, 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.
Provider 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 (give figures only) : 400,000,000 - Currency : GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
If yes, tenders should 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) Lot Description - 1
II.2.1) Title: Live at Home - Basildon
Lot Number: 1
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 2
II.2.1) Title: Live at Home - Braintree
Lot Number: 2
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 3
II.2.1) Title: Live at Home - Brentwood
Lot Number: 3
II.2.2) Additional CPV code(s):
85300000 - Social work and related services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 4
II.2.1) Title: Live at Home - Castle Point
Lot Number: 4
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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
CC reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 5
II.2.1) Title: Live at Home - Chelmsford
Lot Number: 5
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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
CC reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 6
II.2.1) Title: Live at Home - Colchester
Lot Number: 6
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 7
II.2.1) Title: Live at Home - Epping
Lot Number: 7
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 8
II.2.1) Title: Live at Home - Harlow
Lot Number: 8
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 9
II.2.1) Title: Live at Home - Maldon
Lot Number: 9
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 10
II.2.1) Title: Live at Home - Rochford
Lot Number: 10
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 11
II.2.1) Title: Live at Home - Tendring
Lot Number: 11
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 12
II.2.1) Title: Live at Home - Uttlesford
Lot Number: 12
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 13
II.2.1) Title: Live at Home - HMP Chelmsford
Lot Number: 13
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.6) Estimate value
Value excluding VAT (give figures only) : 400,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 08/04/2018 and 11/02/2021
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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:
Provider must be registered with Care Quality Commission to be able to deliver domiciliary care services.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 - Not Provided
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in OJEU: 2016/S 112 - 199041
IV.2.2) Time limit for receipt of expressions of interest
Date - 13/12/2017 Local Time - 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
Section VI: Complementary Information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional Information:
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./X3W4NFS8Y8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X3W4NFS8Y8
GO-2017111-PRO-11314836 TKR-2017111-PRO-11314835
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 01/11/2017
View any Notice Addenda
Preliminary Questions
This notice is for Prior information notice: No
This notice is for Contract notice: No
This notice is for Contract award notice: Yes
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
Specifications and additional documents: ANNEX A.II
I.2) Joint procurement:
The contract involves joint procurement: No.
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
II.1) Scope of the procurement
II.1.1) Title: 0564 Live at Home Framework re-opening
Reference number: 0564
II.1.2) Common Procurement Vocabulary:
85000000 - Health and social work services.
DA28-5 - Social service
II.1.3) Type of contract: SERVICE
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
-Enhanced needs
-Target Supply Area
ECC shall produce a Ranked list per District, Client Group, Service Type and Enhanced needs, 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.
Provider 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.1.6) Information about lots:
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value : 400,000,000 Currency : GBP
II.2) Lot Description - 1
II.2.1) Title: Live at Home - Basildon
Lot Number: 1
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 2
II.2.1) Title: Live at Home - Braintree
Lot Number: 2
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 3
II.2.1) Title: Live at Home - Brentwood
Lot Number: 3
II.2.2) Additional CPV code(s):
85300000 - Social work and related services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 4
II.2.1) Title: Live at Home - Castle Point
Lot Number: 4
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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
CC reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 5
II.2.1) Title: Live at Home - Chelmsford
Lot Number: 5
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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
CC reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 6
II.2.1) Title: Live at Home - Colchester
Lot Number: 6
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 7
II.2.1) Title: Live at Home - Epping
Lot Number: 7
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 8
II.2.1) Title: Live at Home - Harlow
Lot Number: 8
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 9
II.2.1) Title: Live at Home - Maldon
Lot Number: 9
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 10
II.2.1) Title: Live at Home - Rochford
Lot Number: 10
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 11
II.2.1) Title: Live at Home - Tendring
Lot Number: 11
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 12
II.2.1) Title: Live at Home - Uttlesford
Lot Number: 12
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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) Lot Description - 13
II.2.1) Title: Live at Home - HMP Chelmsford
Lot Number: 13
II.2.2) Additional CPV code(s):
85310000 - Social work services.
II.2.3) Place of performance:
Region Codes:
UKH3 - Essex
II.2.4) Description of the procurement:
Providers will be evaluated on a best value basis assessing a Providers pricing and quality submissions. Provider 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 the 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.2.13) 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 reserve the rights to:
- alter the Rank List principles
- Alter the placement process outlined in Schedule 5 during the term of the agreement a
- 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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.6) Information about electronic auction
An electronic auction will be used - Not Provided
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in OJEU: 2016/S 112 - 199041
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 : 1
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
3HA Limited
Suite 114 Lakes Innovation Centre, Lakes Road, Braintree, CM73AN, United Kingdom
Email: INFO@3HALTD.COM
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 2
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Abel Care Limited
Suite 1.1, 1-3 Coventry Road, Ilford, Ig14QR, United Kingdom
Email: virginia@abelcare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 3
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Amber Healthcare Services Ltd
165 Sansom Road, London, E113HG, United Kingdom
Email: monika@amberhealthcareservices.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 4
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
BRISCA RECRUITMENT AND DOMICILIARY CARE LTD, 9165393
Room 8b Elms House, Church Road, Harold Wood, Romford, RM30JU, United Kingdom
Email: prieska.chimhini@briscarecruitment.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 5
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
M & T HEALTHCARE LIMITED T/A Caremark (Chelmsford & Uttlesford), 5045327
Matrix House, 12-16 Lionel Road, Canvey Island, SS89DE, United Kingdom
Email: chelmsford@caremark.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 6
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
CAREMAX HOMECARE SERVICES LIMITED, 9182843
Jubilee House 3 The Drive Great Warley, Brentwood, CM13 3FR, United Kingdom
Email: bobby@caremaxltd.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 7
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Caring Direct Ltd, 6968489
Rae House, Dane Street, Bishop's Stortford, CM23 3BT, United Kingdom
Email: admin@caringdirect.com
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 8
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 13/03/2017
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Choices Healthcare Ltd, 8135218
152 Hamlet Court Road, 1st Floor, Westcliff-on-Sea, SS0 7LL, United Kingdom
Email: jude.lahani@choiceshealthcare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 9
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Choices Healthcare Ltd Ipswich, 8135218
152 Hamlet Court Road, Westcliff-on-Sea, SS0 7LL, United Kingdom
Email: jude.lahani@choiceshealthcare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 10
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
HEHEALS PHARMACEUTICAL SERVICES LTD T/A Christchurch Cares, 3656634
132 High Street, Braintree, CM7 1LB, United Kingdom
Email: manager@christchurchhealthcentre.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 11
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
CN Healthcare Ltd, 9459642
No 2 Lower Road, Lower Road, Sutton, Surrey, SM1 4QW, United Kingdom
Email: j.cnhealthcare@gmail.com
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 12
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Diamond Unique Care Limited
3 The Hill, Harlow, Essex, CM17 0BH, 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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 13
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
EXECUTIVE 2000 RECRUITMENT / E2K CARE LTD LTD, 7138003
Vitkin Farm, Grange Road, Tiptree, Essex, CO50UH, United Kingdom
Email: m@executive2000.net
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 14
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
J & S HEALTH CARE SERVICES LTD
304 Phoenix Heights West 142 Byng Street, Canary Wharf, London, E149AE, United Kingdom
Email: silasdhlamin@aol.com
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 15
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
LEARNING AND SUPPORT SERVICES LIMITED, 10841606
146 New London Road, Chelmsford, Essex, CM20AW, United Kingdom
Email: lee.landsservices@mail.com
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: 400,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 16
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
MAGNOLIA CARE DISABILITY SERVICES LIMITED, 10171873
Cumberland House, 24-28 Baxter Avenue, Southend-on-Sea, Essex, SS26HZ, United Kingdom
Email: sarah.monahan@magnoliacaredisabilityservices.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 17
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Maricho Limited, 8955745
64 Silvesters, Harlow, Essex, CM195NW, United Kingdom
Email: angie.m@marichocare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 18
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
MAYFAIR CARE SERVICES LTD, 4501809
Mayfair House, Meppel Avenue, Canvey Island, Essex, SS89RZ, United Kingdom
Email: info@mayfaircare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 19
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
SEVACARE (UK) LIMITED trading as Mayfair Homecare, 3615347
Unit 9 Pendeford Place, Pendeford Business Park, Wobaston Road, Wolverhampton, WV9 5HD, United Kingdom
Email: bidteam@mayfair-homecare.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 20
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
MD Kare Ltd, 8451132
Suite 7 Riverside House, Lower Southend Road, Wickford, Essex, SS118BB, United Kingdom
Email: kpbasildon@kareplus.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 21
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Mears Care Ltd, 4320403
1390 Montpellier Court, Gloucester Business Park, Brockworth, Gloucester, GL34AH, United Kingdom
Email: care.bidteam@mearsgroup.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 22
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
MERCURY CARE SERVICES LIMITED, 8060409
781-781a London Road, Thornton Health, England, CR76AW, United Kingdom
Email: A.EWA@MERCURYCARE.CO.UK
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 23
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
NEIL'S HEALTHCARE LIMITED T/A Kare Plus Chelmsford/Colchester/Harlow, 9308283
Suite 1 & 2 Rochester House, 145 New London Road, Chelmsford, Essex, CM20QT, United Kingdom
Email: chelmsfordrm@kareplus.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 24
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
NEMA HOME CARE LIMITED, 10207367
Unit 8 (3rd Floor) 445 Hackney Road, 445 Hackney Road, London, E29DY, United Kingdom
Email: ola.adewusi@nemahomecare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 25
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Opal Healthcare Services Limited, 10568673
321-323 High Road, Romford, RM66AX, United Kingdom
Email: INFO@OPALHEALTHCARE.CO.UK
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 26
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
PASSION TREE CARE SERVICES LTD, 10539985
Jubilee House The Drive, Great Warley, Brentwood, CM133FR, United Kingdom
Email: p.onuegbu@passiontreecareservices.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 27
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Minta Patel T/A Petals Care Agency
194 Manford Way, Chigwell, Essex, IG74DG, United Kingdom
Email: minta@petalscare.co.uk
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: 40,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 28
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
P.G.S HEALTHCARE LIMITED, 8670061
134 Methersgate, Basildon, SS142LX, United Kingdom
Email: pgshealthcare@outlook.com
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 29
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
PINEAPPLE CARE SERVICES LIMITED, 10993929
3rd Floor Scottish Mutual House, 27-29 North Street, Hornchurch, RM111RS, United Kingdom
Email: lavena@pineapple.care
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 30
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
PROVIDE COMMUNITY INTEREST COMPANY, 7320006
900 The Crescent, Colchester Business Park, Colchester, CO49YQ, United Kingdom
Email: provide.enquiries@nhs.net
NUTS Code: UKH3
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: 40,000,000 - Currency: GBP
Total value of the contract/lot: 40,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 31
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
QCM HEALTHCARE LIMITED, 10502250
1 George Williams Way, Central Colchester Business Centre, Colchester, CO12JS, United Kingdom
Email: admin@qcmhealthcare.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 32
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
REN CARING LTD, 10376172
4 Bradfords Close, Buckhurst Hill, IG96ED, United Kingdom
Email: renu@rencaring.com
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 33
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
RIGHT CARE (DOMICILIARY CARE AGENCY) LTD, 6357229
14 Colchester Business Centre, 1 George Williams Way, Colchester, CO12JS, United Kingdom
Email: info@right-care.co.uk
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 34
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Rumax Limited, 7468421
Pembroke House Suite B4, 11 Northlands Pavement, Pitsea Centre, Pitsea, Basildon, SS133DU, United Kingdom
Email: maxwell.masuku@rumaxlimited.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 35
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
SHALOM HEALTH RECRUITMENT LTD, 8543936
Unit 23, 33 Nobel Square, Burnt Mills Industrial Estate, Basildon, SS131LT, United Kingdom
Email: INFO@SHALOMRECRUIT.CO.UK
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 36
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
THE DISABILITIES TRUST, 2334589
1st Floor, 32 Market Place, The Martlets, Burgess Hill, West Sussex, RH159NP, United Kingdom
Email: katy.peters@thedtgroup.org
NUTS Code: UKH3
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 37
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Together Care Limited, 10306651
Office Suite 12, Howard Chase, Basildon, SS143BB, United Kingdom
Email: info@togethercare.co.uk
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Award of Contract : 38
Contract No: 0564
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 12/03/2018
V.2.2) Information about tenders
Number of tenders received: 49
Number of tenders received from SMEs: 35 (SME as defined in Commission Recommendation 2003/361/EC)
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: 49
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
VIOLET CARE AGENCY LTD, 9229906
16 Priory Avenue, Harlow, CM170HH, United Kingdom
Email: marcia@violet.care
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: 400,000,000 - Currency: GBP
Total value of the contract/lot: 400,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Section VI: Complementary Information
VI.3) Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=300213858
GO-2018515-PRO-12423155 TKR-2018515-PRO-12423154
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 15/05/2018