Ex Employees: Care and Support Agencies

  Ex Employees is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Care and Support Agencies
Notice type: Contract Notice
Authority: Ex Employees
Nature of contract: Services
Procedure: Restricted
Short Description: Peabody are looking for Agencies to help provide us with providing shift cover for our Care and Support arm of the business in various areas from London to Essex. This Framework relates to the provision of Agencies for Care and Support to enter into Call-Off agreements to provide services for the specified Lots below as required by Peabody; Lot 1Care London Lot 2Care North Essex Lot 3 Care South Essex Lot 4 Essex Support Lot 5 London Support
Published: 14/09/2021 15:46
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-London: Recruitment services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody Trust
             Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 2038284233, Email: reena.nijjar@peabody.org.uk
             Main Address: www.peabody.org.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./TJYG698426
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Care and Support Agencies       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79600000 - Recruitment services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody are looking for Agencies to help provide us with providing shift cover for our Care and Support arm of the business in various areas from London to Essex.
This Framework relates to the provision of Agencies for Care and Support to enter into Call-Off agreements to provide services for the specified Lots below as required by Peabody;
Lot 1Care London
Lot 2Care North Essex
Lot 3 Care South Essex
Lot 4 Essex Support
Lot 5 London Support       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,237,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Care London       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 1 – Care, London – comprises our London based care services which is a small but growing part of our overall care and support portfolio. This part of the business is made up of supported housing services for people with learning disabilities and mental health needs. The services require staff cover 24 hours per day with a mixture of waking night or sleep in cover depending on the service. The majority of our customers in our London care services are relatively independent with only a limited amount of CQC regulated activity (medication administration and personal care) required.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 176,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TJYG698426       
II.2) Description Lot No. 2
      
      II.2.1) Title: Care North Essex       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 2 - Care, North Essex – comprises our North Essex based care services. These services are for people with learning disabilities many of whom are also physically disabled. The care needs of the people living in these services is generally quite high and can involve all forms of personal care including help with bathing, eating, getting dressed and continence care. In some cases staff require ‘moving and handling’ training to assist with hoisting individuals in and out of bed and into their wheelchair or mobility device.

Customers live in their own homes, often with one or two other people although there can be up to five that share. We also have clusters of up to eight flats where individuals live in their own self contained property but there is also an office and common room. Peabody are not always the landlord for these customers and we work with a variety of other social landlords.

Although we have some shorter visits the majority of the customers require staff to be in their home 24 hours per day with a mixture early shifts, late shifts and either waking night or sleep in cover depending on the service. This part of the business employs approximately 250 permanent staff.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 608,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas       
II.2) Description Lot No. 3
      
      II.2.1) Title: Care - South Essex       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 3 – Care, South Essex– comprises our South Essex based care services. These are similar in nature to our North Essex services however in addition to supporting people in their own homes it also includes three CQC Registered Care Homes. The care homes can be home for up to eight residents. This part of the business employs approximately 150 staff.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 322,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas       
II.2) Description Lot No. 4
      
      II.2.1) Title: Essex Support       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 4 – Essex Support – comprises our Essex Support Services. This is made up of services for homeless people, services for young adults, a small number of mental health services and a substantial outreach. The customers living in these services do not require personal care however they do need help with developing their independence, budgeting skills and preparing to move on to more settled accommodation. The majority of these services require 24 hour staffing with a mixture of waking night or sleep in cover depending on the service. This part of the business employs approximately 100 staff.

Our Essex Outreach service is also included in this lot and has a staff team of 100 people who visit customers in the community. Where as all of the other services listed in Lot 4 are accommodation based in nature, with staff working shifts and customers staying for anything from a couple of nights up to two years, our outreach service is different. Staff in the outreach service tend to work office hours. The service is funded by Essex County Council to work with anyone in the community regardless of the type of accommodation they are living in.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 308,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: London Support       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79600000 - Recruitment services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 5 – London Support FA– comprises our London Support Services. These are similar in nature to our Essex Support Services however we have a larger number of mental health supported living services in London compared to Essex. Currently the main boroughs we work in are Islington, Hackney, Southwark, Lambeth, Lewisham and Greenwich although this is subject to change over time as we grow our service portfolio. We also have outreach services similar to that in Lot 5 in both Havering and Kensington and Chelsea.

In total we employ over 100 people in our London support services.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 823,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system          
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/10/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./TJYG698426

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TJYG698426
   VI.4) Procedures for review
   VI.4.1) Review body:
             Peabody
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233
   VI.4.2) Body responsible for mediation procedures:
             Peabody
          Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
          Tel. +44 2038284233
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Peabody
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233
   VI.5) Date Of Dispatch Of This Notice: 14/09/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Recruitment services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody Trust
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 7443219247, Email: jack.ashcroft1@peabody.org.uk
       Contact: Jack Ashcroft
       Main Address: www.peabody.org.uk
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Care and Support Agencies            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79600000 - Recruitment services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody were looking for Agencies to help provide us with providing shift cover for our Care and Support arm of the business in various areas from London to Essex.
This Framework relates to the provision of Agencies for Care and Support to enter into Call-Off agreements to provide services for the specified Lots below as required by Peabody;
- Lot 1 Care London
- Lot 2 Care North Essex
- Lot 3 Care South Essex
- Lot 4 Essex Support
- Lot 5 London Support

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,237,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Care London   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 1 – Care, London – comprises our London based care services which is a small but growing part of our overall care and support portfolio. This part of the business is made up of supported housing services for people with learning disabilities and mental health needs. The services require staff cover 24 hours per day with a mixture of waking night or sleep in cover depending on the service. The majority of our customers in our London care services are relatively independent with only a limited amount of CQC regulated activity (medication administration and personal care) required.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Care North Essex   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 2 - Care, North Essex – comprises our North Essex based care services. These services are for people with learning disabilities many of whom are also physically disabled. The care needs of the people living in these services is generally quite high and can involve all forms of personal care including help with bathing, eating, getting dressed and continence care. In some cases staff require ‘moving and handling’ training to assist with hoisting individuals in and out of bed and into their wheelchair or mobility device.

Customers live in their own homes, often with one or two other people although there can be up to five that share. We also have clusters of up to eight flats where individuals live in their own self contained property but there is also an office and common room. Peabody are not always the landlord for these customers and we work with a variety of other social landlords.

Although we have some shorter visits the majority of the customers require staff to be in their home 24 hours per day with a mixture early shifts, late shifts and either waking night or sleep in cover depending on the service. This part of the business employs approximately 250 permanent staff.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Care - South Essex   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 3 – Care, South Essex– comprises our South Essex based care services. These are similar in nature to our North Essex services however in addition to supporting people in their own homes it also includes three CQC Registered Care Homes. The care homes can be home for up to eight residents. This part of the business employs approximately 150 staff.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: North Essex can be defined as everything north of and including Witham such as Colchester, Tendring, Braintree, Halstead, Saffron Walden and surrounding areas. South Essex can be defined as everything south of and including Chelmsford such as Epping, Thurrock, Basildon, Southend and surrounding areas. We accept that there is likely to be some overlap in the areas

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Essex Support   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 4 – Essex Support – comprises our Essex Support Services. This is made up of services for homeless people, services for young adults, a small number of mental health services and a substantial outreach. The customers living in these services do not require personal care however they do need help with developing their independence, budgeting skills and preparing to move on to more settled accommodation. The majority of these services require 24 hour staffing with a mixture of waking night or sleep in cover depending on the service. This part of the business employs approximately 100 staff.

Our Essex Outreach service is also included in this lot and has a staff team of 100 people who visit customers in the community. Where as all of the other services listed in Lot 4 are accommodation based in nature, with staff working shifts and customers staying for anything from a couple of nights up to two years, our outreach service is different. Staff in the outreach service tend to work office hours. The service is funded by Essex County Council to work with anyone in the community regardless of the type of accommodation they are living in.

      II.2.5) Award criteria:
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:London Support   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79600000 - Recruitment services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This framework relates to the provision of front line staff for short term shift cover in our care and support services.

Lot 5 – London Support FA– comprises our London Support Services. These are similar in nature to our Essex Support Services however we have a larger number of mental health supported living services in London compared to Essex. Currently the main boroughs we work in are Islington, Hackney, Southwark, Lambeth, Lewisham and Greenwich although this is subject to change over time as we grow our service portfolio. We also have outreach services similar to that in Lot 5 in both Havering and Kensington and Chelsea.

In total we employ over 100 people in our London support services.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-022849
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Care London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Central Recruitment Services Ltd, 03713353
             Studio 1.4 Islington Studios, Marlborough Road, London, N19 4NF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sirona Medical, 09754430
             Weston House Allen House Business Centre, The Maltings,Station Road, Sawbridgeworth, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Servoca Nursing & Care Ltd, 04427633
             Kingston House, Towers Business Park, Wilmslow Road, Manchester, M20 2LD, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             NURSE PLUS AND CARER PLUS (UK) LIMITED, 05512996
             Unit 2 Eurogate Business Park, Ashford, TN24 8XW, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.5)
             ANYTIME RECRUITMENT LIMITED, 05689154
             119-129 South Street, Romford, Romford, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HAYS SOCIAL CARE LIMITED, 03328304
             4th Floor 20 Triton Street, London, NW1 3BF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 176,000          
         Total value of the contract/lot: 176,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Care North Essex

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PROFESSIONAL NURSING SERVICES LIMITED, 03387316
             25a White Horse Court, North Street, Bishops Stortford, CM23 2LD, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SIRONA MEDICAL LTD, 09754430
             Weston House Allen House Business Centre, The Maltings,Station Road, Sawbridgeworth, CM21 9FP, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SERVOCA NURSING & CARE LIMITED, 04427633
             Kingston House, Towers Business Park, Wilmslow Road, Manchester, M20 2LD, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             NURSE PLUS AND CARER PLUS (UK) LIMITED, 05512996
             Unit 2 Eurogate Business Park, Ashford, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.5)
             ANYTIME RECRUITMENT LIMITED, 05689154
             119-129 South Street, Romford, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HAYS SOCIAL CARE LIMITED, 03328304
             4th Floor 20 Triton Street, London, United States
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 608,000          
         Total value of the contract/lot: 608,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Care - South Essex

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PROFESSIONAL NURSING SERVICES LIMITED, 03387316
             25a White Horse Court, North Street, Bishops Stortford, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SIRONA MEDICAL LTD, 09754430
             Weston House Allen House Business Centre, The Maltings,Station Road, Sawbridgeworth, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SERVOCA NURSING & CARE LIMITED, 04427633
             Kingston House, Towers Business Park, Wilmslow Road, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             NURSE PLUS AND CARER PLUS (UK) LIMITED, 05512996
             Unit 2 Eurogate Business Park, Ashford, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.5)
             ANYTIME RECRUITMENT LIMITED, 05689154
             119-129 South Street, Romford, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HAYS SOCIAL CARE LIMITED, 03328304
             4th Floor 20 Triton Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 322,000          
         Total value of the contract/lot: 322,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Essex Support

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             FIVE SOCIAL CARE LIMITED, 12823210
             9 Alnwick Way, Grantham, United Kingdom
             NUTS Code: UKF3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CENTRAL RECRUITMENT SERVICES LIMITED, 03713353
             Studio 1.4 Islington Studios, Marlborough Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SIRONA MEDICAL LTD, 09754430
             Weston House Allen House Business Centre, The Maltings,Station Road, Sawbridgeworth, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.4)
             SERVOCA NURSING & CARE LIMITED, 04427633
             Kingston House, Towers Business Park, Wilmslow Road, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.5)
             NURSE PLUS AND CARER PLUS (UK) LIMITED, 05512996
             Unit 2 Eurogate Business Park, Ashford, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.6)
             ANYTIME RECRUITMENT LIMITED, 05689154
             119-129 South Street, Romford, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.7)
             HAYS SOCIAL CARE LIMITED, 03328304
             4th Floor 20 Triton Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 308,000          
         Total value of the contract/lot: 308,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: London Support

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 4 (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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CENTRAL RECRUITMENT SERVICES LIMITED, 03713353
             Studio 1.4 Islington Studios, Marlborough Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SIRONA MEDICAL LTD, 09754430
             Weston House Allen House Business Centre, The Maltings,Station Road, Sawbridgeworth, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SERVOCA NURSING & CARE LIMITED, 04427633
             Kingston House, Towers Business Park, Wilmslow Road, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             NURSE PLUS AND CARER PLUS (UK) LIMITED, 05512996
             Unit 2 Eurogate Business Park, Ashford, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.5)
             ANYTIME RECRUITMENT LIMITED, 05689154
             119-129 South Street, Romford, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HAYS SOCIAL CARE LIMITED, 03328304
             4th Floor 20 Triton Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 823,000          
         Total value of the contract/lot: 823,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=717534590

   VI.4) Procedures for review

      VI.4.1) Review body
          Peabody Trust
          Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
          Tel. +44 2038284233

      VI.4.2) Body responsible for mediation procedures
          Peabody
          Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
          Tel. +44 2038284233

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Peabody
          Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
          Tel. +44 2038284233

   VI.5) Date of dispatch of this notice: 31/08/2022