Tender

Live at Home 2025

  • Essex County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-009540

Procurement identifier (OCID): ocds-h6vhtk-04ed86

Published 14 March 2025, 5:05pm



Scope

Reference

1038

Description

Essex County Council (the Council) is seeking to procure a new Live at Home framework for the provision of domiciliary care services for adults (18+) across Essex for a period of six (6) years.

This will be a two-tier framework, split across the 12 Essex districts (lots) with one (1) district per lot, with a limit of up to 10 providers per district on Tier 1. There is no limit on the number of providers that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents.

On commencement the sourcing process will be from ranked lists of providers in each district, and the Council will call-off from the lists in descending order of the ranking starting with ranked position 1 on Tier 1.

The Council may vary the call-off procedure for specific requirements as defined in the contract, and reserves the right to apply alternative criteria to those detailed in this notice for any relevant Call Off Contracts.

As a result of local government reform, the contract at commencement is the 12 Essex districts. However, the framework includes provision for services to be commissioned across all of Essex including the geographical areas of Southend and Thurrock unitary authorities.

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,500,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 12 October 2025 to 11 October 2031
  • 6 years

Main procurement category

Services

CPV classifications

  • 85000000 - Health and social work services

Not the same for all lots

Contract locations are shown in Lot sections, because they are not the same for all lots.


Lot 1. Basildon

Description

Provision of domiciliary care services for adults (18+) in the Basildon Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH37 - Essex Thames Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Braintree

Description

Provision of domiciliary care services for adults (18+) in Braintree District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH34 - Essex Haven Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Brentwood

Description

Provision of domiciliary care services for adults (18+) in Brentwood Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH36 - Heart of Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Castle Point

Description

Provision of domiciliary care services for adults (18+) in Castle Point Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH37 - Essex Thames Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Chelmsford

Description

Provision of domiciliary care services for adults (18+) in the city and district of Chelmsford (including HMP Chelmsford). This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH36 - Heart of Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Colchester

Description

Provision of domiciliary care services for adults (18+) in Colchester Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £125,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH34 - Essex Haven Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. Epping Forest

Description

Provision of domiciliary care services for adults (18+) in Epping Forest District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £125,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH35 - West Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. Harlow

Description

Provision of domiciliary care services for adults (18+) in Harlow District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH35 - West Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. Maldon

Description

Provision of domiciliary care services for adults (18+) in Maldon District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH36 - Heart of Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 10. Rochford

Description

Provision of domiciliary care services for adults (18+) in Rochford District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH37 - Essex Thames Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 11. Tendring

Description

Provision of domiciliary care services for adults (18+) in Tendring District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH34 - Essex Haven Gateway

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 12. Uttlesford

Description

Provision of domiciliary care services for adults (18+) in the Uttlesford District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.

Lot value (estimated)

  • £1,500,000,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKH35 - West Essex

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

The framework will consist of one lot for each of the 12 districts in Essex County Council's administrative area, to commission domiciliary care services to support the following client groups: Older People (age 65+), Adults with Learning Disabilities & Autism, Mental Health, Dementia and Physical / Sensory Impairments. Each lot will be separated into two tiers; Tier 1 and Tier 2 and will also be broken down into the following service types: Personal Support, Night Awake, Night Sleeping, 24 hour/live in care, Carers Support and Carers Break. Please note, the Chelmsford Lot will include services to be delivered within HMP Chelmsford. Bidders must select one (1) price point per service type, per lot from the pricing matrix.

For inclusion on Tier 1 providers must satisfy minimum quality and financial criteria in addition to responding to a set of technical questions, from which the highest scoring bidders in each lot will be selected as stated in the tender documentation.

For inclusion on Tier 2 providers must satisfy a set of minimum quality criteria as stated in the tender documentation.

Once the framework has been established sourcing will be from a ranked lists of providers for individual care packages.

The Council is also permitted to undertake mini-competitions to select providers to deliver groups of packages as to select providers to undertake pilots and news way of working.

This Framework is not intended to operate as an Open Framework as defined in s49 of the Procurement Act 2023, and the Council does not intend to re-open the Framework to new entrants. However, the Council may elect to re-open the Framework to new entrants and undertake an LHRL Full Review Process (as detailed in the procurement documentation) where, in the Council's reasonable opinion, there is a dearth of supply.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

• NHS Suffolk and North East Essex Integrated Care Board

• NHS Mid and South Essex Integrated Care Board

• NHS Hertfordshire and West Essex Integrated Care Board

• Any successors to these organisations

Contracting authority location restrictions

  • UKH3 - Essex

Participation

Legal and financial capacity conditions of participation

Lot 1. Basildon

Lot 2. Braintree

Lot 3. Brentwood

Lot 4. Castle Point

Lot 5. Chelmsford

Lot 6. Colchester

Lot 7. Epping Forest

Lot 8. Harlow

Lot 9. Maldon

Lot 10. Rochford

Lot 11. Tendring

Lot 12. Uttlesford

The Bidder must be registered with Care Quality Commission (CQC) and all CQC locations used to deliver care in line with the specification, must be registered with the following specialisms and services in their Statement of Purpose with CQC,

Service types:

Domiciliary care service

Regulated activity:

Personal care

The Bidder must deliver care from a registered CQC location that is located within the administrative area of Essex County Council or within 5 miles of the Essex County Council administrative border. This shall be measured using the online tool https://www.freemaptools.com/radius-from-uk-postcode.htm measured as the crow flies from the postcode of the CQC registered branch to the Essex border. (Tool settings - Distance from postcode 5 miles, UK county borders on, bidder's CQC registered office must be within Essex or intersect the Essex border) and

If a provider Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (If a provider Bidder is unrated, they may participate in this procurement but will be suspended from a ranked list until CQC rated). For the avoidance of doubt, any CQC location that is rated 'Inadequate' is excluded from this tender and,

The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date.

The Bidder must have in place, or commit to obtain prior to award of the contract, the following insurance cover to the values stated below in respect of any one claim or series of claims arising out of one incident,

Employer's (Compulsory) Liability Insurance = £10,000,000

Public Liability Insurance = £10,000,000

Medical Malpractice Insurance = £250,000 (Treatment Liability Insurance will be accepted as an alternative)

If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract.

The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK).

The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority).

The Bidder must have a Health and Safety Policy that complies with current legislative requirements.

The Bidder must be able to submit invoices and receive orders electronically.

The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level.

The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard:

• A strategic and/or corporate plan that references safeguarding vulnerable adults/children/

• Adequately apportioned resources to meet safeguarding responsibilities;

• Clear lines of accountability for staff through the organisation to named safeguarding person/s;

• Systems in place to embed safeguarding across all commissioned/contracted services;

• The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated;

• Details of when to report to social care/police and timelines involved;

• Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable);

• Policies for transporting young people or vulnerable adults where required;

• Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites;

• E-safety policies and procedures are in place for adults/young people/children and staff;

• There is a complaints policy and procedure in place;

• 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;

• There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children;

• For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes;

• For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process.

The Bidder must have a current safe recruitment policy which includes:

• Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards;

• Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place;

• Policies on when Disclosure and Barring Service checks are necessary;

• Adherence to the Disclosure and Barring Service Referral process;

• Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity;

• Professional and character references are obtained (requirement for 2 references);

• Previous employment history is checked. Any anomalies or discrepancies are taken up;

• Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;

• The organisation has procedures in place state when cases should be referred to the DBS;

• The organisations audits/quality assures its recruitment practice;

• The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;

• Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.

The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes.

The policy should include:

• Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect;

• The induction includes the awareness of the complaints and "whistle blowing" procedures;

• Training includes temporary/agency staff;

• All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;

• There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;

• Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;

• The organisation ensures that all safeguarding training is suitable quality assured;

• Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;

• The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.

The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question).

The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards

• Business Continuity

• Risk Management

• Quality Assurance

• Aims and Objectives of Services Provision

• Disciplinary and Grievance

• Whistleblowing

• Compliments and Complaints

• Mental Capacity Act

• Deprivation of Liberty

• Administration of Medication

• Infection Control

Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.

Particular suitability

Lot 1. Basildon

Lot 2. Braintree

Lot 3. Brentwood

Lot 4. Castle Point

Lot 5. Chelmsford

Lot 6. Colchester

Lot 7. Epping Forest

Lot 8. Harlow

Lot 9. Maldon

Lot 10. Rochford

Lot 11. Tendring

Lot 12. Uttlesford

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Submission type

Requests to participate

Deadline for requests to participate

12 May 2025, 12:00pm

Submission address and any special instructions

https://procontract.due-north.com/Login

The tender name on the ProContract system is 1038 Live at Home 2025

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

26 August 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Price

As detailed in the tender documents.

Price 50%
Quality

As detailed in the tender documents.

Quality 50%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Light touch

Competitive flexible procedure description

This is a single tender round undertaken in four (4) stages.

The first stage is the Condition of Participation stage. Bidders that pass this stage will be appointed to the framework as a Tier 2 Provider in their chosen lot(s) and will be ranked as per the Tier 2 award criteria.

The second stage is for providers bidding to join Tier 1. In this stage providers will be required to respond to Questions 1A and 1B (Safeguarding). Responses will be assessed on a scale of 0-5 and bidders will be required to achieve a minimum of score of 2 out of 5 for each question. The scores from this stage will be carried forward to the third stage. Providers that do not achieve a minimum score of 2 on each question will not progress to the next stage but will be awarded a place on the framework as a Tier 2 Provider in their chosen lot(s) and will be ranked as per the Tier 2 award criteria .

The third stage is for providers bidding to join Tier 1. In this stage providers will be required to respond to a number of technical questions (Questions 2 - 8). Responses will be assessed on a scale of 0-5 and bidders will be required to achieve a minimum of score of 2 out of 5 for each technical question (excluding the social value and climate questions). Providers must also achieve a minimum average score of 3 across all questions in stage 2 & 3 (excluding the social value and climate questions). The scores from this stage will be carried forward to the fourth stage. Providers that do not progress from this stage will be awarded a place on the framework as a Tier 2 Provider in their chosen lot(s) and will be ranked as per the Tier 2 award criteria.

The fourth stage is a film submission and responses will be assessed on a scale of 0-5 with providers being required to achieve a minimum of score of 3 out of 5 for their film submission to be eligible to join Tier 1. Providers that do not progress from this stage will be awarded a place on the framework as a Tier 2 Provider in their chosen lot(s) and will be ranked indicated as per the Tier 2 award criteria. The scores for the providers that were successful at this stage will be combined and weighted with their scores from stages 2 & 3 to determine an overall quality score. This will be combined with their price score to determine their overall score.

The highest scoring bidder will be ranked at position 1 in their chosen lot and the second highest scoring provider will be ranked in position 2 and this is repeated until of the 10 available positions on Tier 1 in each LHRL have been filled. Providers that are eligible for Tier 1 but achieved below the 10th highest score will be appointed to Tier 2 and ranked according to the Tier 2 criteria.

The Contracting Authority reserves the right to refine the award criteria prior to the time limit for receipt of tenders.

Justification for not publishing a preliminary market engagement notice

A preliminary market engagement notice was not published because it was undertaken before the commencement of the Procurement Act 2023.

A summary of the preliminary market engagement undertaken can be found at - https://www.essexproviderhub.org/domiciliary-care-hub/home-care/home-care-commissioning-intentions/


Contracting authority

Essex County Council

  • Public Procurement Organisation Number: PWVM-4844-NRQH

County Hall, Market Road

Chelmsford

CM1 1QH

United Kingdom

Region: UKH36 - Heart of Essex

Organisation type: Public authority - sub-central government