← Back to opportunities

Live at Home 2025

Essex County Council

Buyer Contact Info

Buyer Name: Essex County Council

Buyer Address: County Hall, Market Road, Chelmsford, UKH36, CM1 1QH, United Kingdom

Contact Email: liveathome@essex.gov.uk

Status
active
Procedure
selective
Value
1500000000.0 GBP
Gross: 1500000000 GBP
Published
07 May 2025, 17:26
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85000000 - Health and social work services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/019527-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Basildon

Lot 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 1 Status: active

Lot 1 Value (Gross): GBP 1,500,000,000

Lot 1 Contract Start: 2025-10-12T00:00:00+01:00

Lot 1 Contract End: 2031-10-11T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Price (50%)

Lot 1 Award Criterion (quality): Quality (50%)

Lot Title: Braintree

Lot 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 2 Status: active

Lot 2 Value (Gross): GBP 1,500,000,000

Lot 2 Contract Start: 2025-10-12T00:00:00+01:00

Lot 2 Contract End: 2031-10-11T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (price): Price (50%)

Lot 2 Award Criterion (quality): Quality (50%)

Lot Title: Brentwood

Lot 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 3 Status: active

Lot 3 Value (Gross): GBP 1,500,000,000

Lot 3 Contract Start: 2025-10-12T00:00:00+01:00

Lot 3 Contract End: 2031-10-11T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (price): Price (50%)

Lot 3 Award Criterion (quality): Quality (50%)

Lot Title: Castle Point

Lot 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 4 Status: active

Lot 4 Value (Gross): GBP 1,500,000,000

Lot 4 Contract Start: 2025-10-12T00:00:00+01:00

Lot 4 Contract End: 2031-10-11T23:59:59+01:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (price): Price (50%)

Lot 4 Award Criterion (quality): Quality (50%)

Lot Title: Chelmsford

Lot 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 5 Status: active

Lot 5 Value (Gross): GBP 1,500,000,000

Lot 5 Contract Start: 2025-10-12T00:00:00+01:00

Lot 5 Contract End: 2031-10-11T23:59:59+01:00

Lot 5 SME Suitable: Yes

Lot 5 Award Criterion (price): Price (50%)

Lot 5 Award Criterion (quality): Quality (50%)

Lot Title: Colchester

Lot 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 6 Status: active

Lot 6 Value (Gross): GBP 1,500,000,000

Lot 6 Contract Start: 2025-10-12T00:00:00+01:00

Lot 6 Contract End: 2031-10-11T23:59:59+01:00

Lot 6 SME Suitable: Yes

Lot 6 Award Criterion (price): Price (50%)

Lot 6 Award Criterion (quality): Quality (50%)

Lot Title: Epping Forest

Lot 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 7 Status: active

Lot 7 Value (Gross): GBP 1,500,000,000

Lot 7 Contract Start: 2025-10-12T00:00:00+01:00

Lot 7 Contract End: 2031-10-11T23:59:59+01:00

Lot 7 SME Suitable: Yes

Lot 7 Award Criterion (price): Price (50%)

Lot 7 Award Criterion (quality): Quality (50%)

Lot Title: Harlow

Lot 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 8 Status: active

Lot 8 Value (Gross): GBP 1,500,000,000

Lot 8 Contract Start: 2025-10-12T00:00:00+01:00

Lot 8 Contract End: 2031-10-11T23:59:59+01:00

Lot 8 SME Suitable: Yes

Lot 8 Award Criterion (price): Price (50%)

Lot 8 Award Criterion (quality): Quality (50%)

Lot Title: Maldon

Lot 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 9 Status: active

Lot 9 Value (Gross): GBP 1,500,000,000

Lot 9 Contract Start: 2025-10-12T00:00:00+01:00

Lot 9 Contract End: 2031-10-11T23:59:59+01:00

Lot 9 SME Suitable: Yes

Lot 9 Award Criterion (price): Price (50%)

Lot 9 Award Criterion (quality): Quality (50%)

Lot Title: Rochford

Lot 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 10 Status: active

Lot 10 Value (Gross): GBP 1,500,000,000

Lot 10 Contract Start: 2025-10-12T00:00:00+01:00

Lot 10 Contract End: 2031-10-11T23:59:59+01:00

Lot 10 SME Suitable: Yes

Lot 10 Award Criterion (price): Price (50%)

Lot 10 Award Criterion (quality): Quality (50%)

Lot Title: Tendring

Lot 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 11 Status: active

Lot 11 Value (Gross): GBP 1,500,000,000

Lot 11 Contract Start: 2025-10-12T00:00:00+01:00

Lot 11 Contract End: 2031-10-11T23:59:59+01:00

Lot 11 SME Suitable: Yes

Lot 11 Award Criterion (price): Price (50%)

Lot 11 Award Criterion (quality): Quality (50%)

Lot Title: Uttlesford

Lot 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 12 Status: active

Lot 12 Value (Gross): GBP 1,500,000,000

Lot 12 Contract Start: 2025-10-12T00:00:00+01:00

Lot 12 Contract End: 2031-10-11T23:59:59+01:00

Lot 12 SME Suitable: Yes

Lot 12 Award Criterion (price): Price (50%)

Lot 12 Award Criterion (quality): Quality (50%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWVM-4844-NRQH",
    "name": "Essex County Council"
  },
  "date": "2025-05-07T18:26:58+01:00",
  "id": "019527-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04ed86",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Chelmsford",
        "postalCode": "CM1 1QH",
        "region": "UKH36",
        "streetAddress": "County Hall, Market Road"
      },
      "contactPoint": {
        "email": "liveathome@essex.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PWVM-4844-NRQH",
      "identifier": {
        "id": "PWVM-4844-NRQH",
        "scheme": "GB-PPON"
      },
      "name": "Essex County Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "A preliminary market engagement notice was not published because it was undertaken before the commencement of the Procurement Act 2023.\nA summary of the preliminary market engagement undertaken can be found at - https://www.essexproviderhub.org/domiciliary-care-hub/home-care/home-care-commissioning-intentions/"
  },
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-08-26T23:59:59+01:00"
    },
    "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.\nThis 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.\nOn 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.\nThe 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.\nAs 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-05-07T18:26:58+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "019527-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/019527-2025"
      }
    ],
    "expressionOfInterestDeadline": "2025-06-02T12:00:00+01:00",
    "id": "1038",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH37"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH34"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH36"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH37"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH36"
          }
        ],
        "id": "5",
        "relatedLot": "5"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH34"
          }
        ],
        "id": "6",
        "relatedLot": "6"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH35"
          }
        ],
        "id": "7",
        "relatedLot": "7"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH35"
          }
        ],
        "id": "8",
        "relatedLot": "8"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH36"
          }
        ],
        "id": "9",
        "relatedLot": "9"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH37"
          }
        ],
        "id": "10",
        "relatedLot": "10"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH34"
          }
        ],
        "id": "11",
        "relatedLot": "11"
      },
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH35"
          }
        ],
        "id": "12",
        "relatedLot": "12"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Basildon",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "2",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Braintree",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "3",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Brentwood",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "4",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Castle Point",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "5",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Chelmsford",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "6",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Colchester",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "7",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Epping Forest",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "8",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Harlow",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "9",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Maldon",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "10",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Rochford",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "11",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Tendring",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As detailed in the tender documents.",
              "name": "Price",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "As detailed in the tender documents.",
              "name": "Quality",
              "numbers": [
                {
                  "number": 50,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "startDate": "2025-10-12T00:00:00+01:00"
        },
        "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 \u0027call-off\u0027 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\u0027s 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.",
        "id": "12",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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,\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nMedical Malpractice Insurance = \u00a3250,000 (Treatment Liability Insurance will be accepted as an alternative)",
              "type": "economic"
            },
            {
              "description": "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,\nService types:\nDomiciliary care service\nRegulated activity:\nPersonal care\nIf a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least \u0027Requires Improvement\u0027. (If a 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 \u0027Inadequate\u0027 is excluded from this tender and,\nThe 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.\nIf 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.\nThe 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).\nThe 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).\nThe Bidder must have a Health and Safety Policy that complies with current legislative requirements.\nThe Bidder must be able to submit invoices and receive orders electronically.\nThe 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.\nThe 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:\n\u2022\tA strategic and/or corporate plan that references safeguarding vulnerable adults/children/\n\u2022\tAdequately apportioned resources to meet safeguarding responsibilities;\n\u2022\tClear lines of accountability for staff through the organisation to named safeguarding person/s;\n\u2022\tSystems in place to embed safeguarding across all commissioned/contracted services;\n\u2022\tThe 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;\n\u2022\tDetails of when to report to social care/police and timelines involved;\n\u2022\tGuidance for staff, who work with your people or vulnerable adults with a disability (where applicable);\n\u2022\tPolicies for transporting young people or vulnerable adults where required;\n\u2022\tSpecifically 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;\n\u2022\tE-safety policies and procedures are in place for adults/young people/children and staff;\n\u2022\tThere is a complaints policy and procedure in place;\n\u2022\t\u0027Whistle Blowing\u0027 procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required;\n\u2022\tThere 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;\n\u2022\tFor 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;\n\u2022\tFor 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.\nThe Bidder must have a current safe recruitment policy which includes:\n\u2022\tEvidence 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;\n\u2022\tHuman 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;\n\u2022\tPolicies on when Disclosure and Barring Service checks are necessary;\n\u2022\tAdherence to the Disclosure and Barring Service Referral process;\n\u2022\tRequirement 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;\n\u2022\tProfessional and character references are obtained (requirement for 2 references);\n\u2022\tPrevious employment history is checked. Any anomalies or discrepancies are taken up;\n\u2022\tInduction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks;\n\u2022\tThe organisation has procedures in place state when cases should be referred to the DBS;\n\u2022\tThe organisations audits/quality assures its recruitment practice;\n\u2022\tThe organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place;\n\u2022\tSafer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process.\nThe 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.\nThe policy should include:\n\u2022\tSafeguarding 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;\n\u2022\tThe induction includes the awareness of the complaints and \"whistle blowing\" procedures;\n\u2022\tTraining includes temporary/agency staff;\n\u2022\tAll members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale;\n\u2022\tThere is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work;\n\u2022\tSafeguarding learning and development opportunities are provided to all staff at a level appropriate to their role;\n\u2022\tThe organisation ensures that all safeguarding training is suitable quality assured;\n\u2022\tLearning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively;\n\u2022\tThe organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults.\nThe 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).\nThe 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\n\u2022\tBusiness Continuity\n\u2022\tRisk Management\n\u2022\tQuality Assurance\n\u2022\tAims and Objectives of Services Provision\n\u2022\tDisciplinary and Grievance\n\u2022\tWhistleblowing\n\u2022\tCompliments and Complaints\n\u2022\tMental Capacity Act\n\u2022\tDeprivation of Liberty\n\u2022\tAdministration of Medication\n\u2022\tInfection Control\nWhere the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health \u0026 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\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Uttlesford",
        "value": {
          "amountGross": 1500000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This is a single tender round undertaken in four (4) stages.\nThe 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) (subject to the Councils governance process) and will be ranked as per the Tier 2 award criteria.\nThe 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 (except for the social value, climate and geography questions). 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  (except for the social value, climate and geography questions) 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 .\nThe 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 and 10). 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, climate and geography questions). Providers must also achieve a minimum average score of 3 across all questions in stage 2 \u0026 3 (excluding the social value, climate and geography questions). 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 scores from this stage will be carried forward to the fourth stage.\nThe 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 \u0026 3 to determine an overall quality score. This will be combined with their price score to determine their overall score.\nThe 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.\nThe Contracting Authority reserves the right to refine the award criteria prior to the time limit for receipt of tenders."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=0ee32fcd-73fe-ef11-8136-005056b64545",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "\u2022\tNHS Suffolk and North East Essex Integrated Care Board\n\u2022\tNHS Mid and South Essex Integrated Care Board\n\u2022\tNHS Hertfordshire and West Essex Integrated Care Board\n\u2022\tAny successors to these organisations",
        "buyerLocationRestrictions": [
          {
            "gazetteer": {
              "identifiers": [
                "UKH3"
              ],
              "scheme": "GB-ITL"
            }
          }
        ],
        "description": "The framework will consist of one lot for each of the 12 districts in Essex County Council\u0027s administrative area, to commission domiciliary care services to support the following client groups: Older People (age 65+), Adults with Learning Disabilities \u0026 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.\nFor 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.\nFor inclusion on Tier 2 providers must satisfy a set of minimum quality criteria as stated in the tender documentation.\nOnce the framework has been established sourcing will be from a ranked lists of providers for individual care packages.\nThe 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.\nThis 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\u0027s reasonable opinion, there is a dearth of supply.",
        "method": "withAndWithoutReopeningCompetition",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Live at Home 2025",
    "value": {
      "amountGross": 1500000000,
      "currency": "GBP"
    }
  }
}