Essex County Council: 0564 Live at Home Framework re-opening

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

View Full Notice

UK-Chelmsford: Health and social work services.
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

UK-Chelmsford: Health and social work services.
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






View Award Notice