Notice Information
Notice Title
Live at Home 2025
Notice Description
THE CONTRACT AWARD DETAILS ARE SET OUT AT THE FOLLOWING URL - https://www.essexproviderhub.org/domiciliary-care-hub/home-care/contract-award-notice-live-at-home-2025/ 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 will cover 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.
Lot Information
Basildon
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.
BraintreeProvision 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.
BrentwoodProvision 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.
Castle PointProvision 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.
ChelmsfordProvision 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.
ColchesterProvision 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.
Epping ForestProvision 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.
HarlowProvision 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.
MaldonProvision 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.
RochfordProvision 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.
TendringProvision 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.
UttlesfordProvision 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ed86
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062349-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £1,500,000,000 £1B-£10B
- Lots Value
- £1,500,000,000 £1B-£10B
- Awards Value
- £125,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Oct 20254 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 24 Sep 20255 months ago
- Contract Period
- 9 Nov 2025 - 8 Nov 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ESSEX COUNTY COUNCIL
- Contact Name
- Not specified
- Contact Email
- liveathome@essex.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CHELMSFORD
- Postcode
- CM1 1QH
- Post Town
- Chelmsford
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH36 Heart of Essex
- Delivery Location
- TLH34 Essex Haven Gateway, TLH35 West Essex, TLH36 Heart of Essex, TLH37 Essex Thames Gateway
-
- Local Authority
- Chelmsford
- Electoral Ward
- Moulsham and Central
- Westminster Constituency
- Chelmsford
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/062349-2025
3rd October 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/059916-2025
25th September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019527-2025
7th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/009540-2025
14th March 2025 - Tender notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ed86-2025-10-03T23:43:37+01:00",
"date": "2025-10-03T23:43:37+01:00",
"ocid": "ocds-h6vhtk-04ed86",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWVM-4844-NRQH",
"name": "Essex County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWVM-4844-NRQH"
},
"address": {
"streetAddress": "County Hall, Market Road",
"locality": "Chelmsford",
"postalCode": "CM1 1QH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "liveathome@essex.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-11696513",
"name": "CARE QUALITY SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11696513"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTDB-2136-RTGM"
}
],
"address": {
"streetAddress": "Crown House Stephenson Road",
"locality": "Colchester",
"postalCode": "CO4 9QR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "bidteam@ceracare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.cerahq.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10573704",
"name": "1 OAK GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10573704"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLNC-6496-PDWL"
}
],
"address": {
"streetAddress": "Unit 1 Woodview, Bull Lane",
"locality": "Sudbury",
"postalCode": "CO10 0FD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "feedback@1oakcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.1oakcare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06620231",
"name": "1 STOP REC LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06620231"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNDW-2988-CLJM"
}
],
"address": {
"streetAddress": "30 Milton Road",
"locality": "Westcliffon Sea",
"postalCode": "SS0 7JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH31"
},
"contactPoint": {
"email": "IRMA@1STOPHEALTHCARE.CO.UK"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.1stophealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14249706",
"name": "1ST CENTRAL CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14249706"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDNR-2863-WDDJ"
}
],
"address": {
"streetAddress": "13 Capel Close",
"locality": "Stanford-Le-Hope",
"postalCode": "SS17 7EJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "info@1stcentralcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.1stcentralcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-8383683",
"name": "3HA LIMTED",
"identifier": {
"scheme": "GB-COH",
"id": "8383683"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZHV-8563-BQTH"
}
],
"address": {
"streetAddress": "17 De Grey Square",
"locality": "COLCHESTER",
"postalCode": "CO4 5yq",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "tayo.agoro@3haltd.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.3haltd.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14721205",
"name": "4Q HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14721205"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDLY-3641-DTHM"
}
],
"address": {
"streetAddress": "26 Yarm Road",
"locality": "Stockton-On-Tees",
"postalCode": "TS18 3NA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC11"
},
"contactPoint": {
"email": "j.addo@4qhealthcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.4qhealthcare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13958388",
"name": "ABOUTME CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13958388"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPVX-4392-BVLH"
}
],
"address": {
"streetAddress": "66 Tennyson Road",
"locality": "Maldon",
"postalCode": "CM9 6BE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "aboutmecareservices@outlook.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.aboutmecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07237340",
"name": "ABUNDANT CARE & RECRUITMENT INT'L LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07237340"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRXN-1496-PXRR"
}
],
"address": {
"streetAddress": "Little Canfield Business Park",
"locality": "Dunmow",
"postalCode": "CM6 1WW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "catherine@abundantcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08272504",
"name": "ACCESS DIGNITY CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08272504"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLQP-9839-DPVL"
}
],
"address": {
"streetAddress": "34 Newgate Street",
"locality": "Walton On The Naze",
"postalCode": "CO14 8AL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@accessdignitycare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.accessdignitycare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09261028",
"name": "ACE 24 HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "09261028"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDTN-2443-WNVW"
}
],
"address": {
"streetAddress": "3 Lanswoodpark Broomfield Road",
"locality": "Colchester",
"postalCode": "CO7 7FD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "nicole@24acehealthcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.ace24healthcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15094193",
"name": "ACRUX SUPPORT SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15094193"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBBG-2876-RPVZ"
}
],
"address": {
"streetAddress": "8 Cosway Court",
"locality": "Swindon",
"postalCode": "SN3 4FY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK14"
},
"contactPoint": {
"email": "info@acruxsupportservices.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://acruxsupportservices.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14885905",
"name": "ADVANCE CAREPROVIDER LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14885905"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZDL-4867-ZQJV"
}
],
"address": {
"streetAddress": "45 Tyler Avenue",
"locality": "Essex",
"postalCode": "SS15 5UR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "info@advancecareprovider.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.advancecareprovider.co.uk",
"scale": "sme",
"vcse": true,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11590407",
"name": "AEON NURSING LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11590407"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVNM-4637-QNRY"
}
],
"address": {
"streetAddress": "Units L And L1,Second Floor, 43-49 Fowler Road",
"locality": "Ilford",
"postalCode": "IG6 3FF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "info@aeonnursing.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.aeonnursing.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05142064",
"name": "ALLFOR CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "05142064"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHBM-6932-PYRV"
}
],
"address": {
"streetAddress": "15 Maswell Park Road",
"locality": "Hounslow",
"postalCode": "TW3 2DL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI75"
},
"contactPoint": {
"email": "info@allforcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13408600",
"name": "XERUS CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13408600"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJMV-3681-CTWG"
}
],
"address": {
"streetAddress": "3 Aurora Drive Colchester",
"locality": "Colchester",
"postalCode": "CO2 9GT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "Info@xeruscare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.xeruscare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10476327",
"name": "AMBAR CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10476327"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLCC-9827-TRBQ"
}
],
"address": {
"streetAddress": "Edward Cecil House 799 London Road",
"locality": "Grays",
"postalCode": "RM20 3LH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "care.vn92h@nhs.net"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://ambarcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13879931",
"name": "Angel Care Staffing Ltd Trading as WeCare Angels",
"identifier": {
"scheme": "GB-COH",
"id": "13879931"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLJY-1931-QZTT"
}
],
"address": {
"streetAddress": "14-16 Bridgford Road",
"locality": "Nottingham",
"postalCode": "NG2 6AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF16"
},
"contactPoint": {
"email": "andrine@angelcarestaffing.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.angelcarestaffing.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10426600",
"name": "ANGELS CARE SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10426600"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTWX-8326-DQJP"
}
],
"address": {
"streetAddress": "Unit 3.20 Barking Enterprise Centre Bec 1",
"locality": "Barking",
"postalCode": "IG11 8FG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "angels@angelscaresolutions.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://angelscaresolutions.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10630254",
"name": "ASTAR HOMECARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10630254"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLRY-4621-WJRZ"
}
],
"address": {
"streetAddress": "2a Barfield Road",
"locality": "Colchester",
"postalCode": "CO5 8QT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "zandra@astarhomecare.org.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.astarhomecare.org.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14517831",
"name": "AVIBID LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14517831"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXGL-5372-QJJN"
}
],
"address": {
"streetAddress": "47 Charlotte Gardens",
"locality": "Romford",
"postalCode": "RM5 2ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "service@avibid.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://avibid.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12254797",
"name": "Beaumont Home Care Limited",
"identifier": {
"scheme": "GB-COH",
"id": "12254797"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPCR-7526-QRTG"
}
],
"address": {
"streetAddress": "Unit L Radford Business Centre Radford Way",
"locality": "Billericay Essex",
"postalCode": "CM12 0BZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "tracy@beaumonthomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14867022",
"name": "BERSIM CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14867022"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLJW-8294-JQRJ"
}
],
"address": {
"streetAddress": "14 Friars Close",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 4EU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "office@bersimcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.bersimcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13150495",
"name": "BHAWACARE SOLUTIONS CONSULTANCY LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13150495"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJRJ-1184-WWCQ"
}
],
"address": {
"streetAddress": "44 Varney Road",
"locality": "Hemel Hempstead",
"postalCode": "HP1 2LW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH23"
},
"contactPoint": {
"email": "info@bhawacares.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.bhawacares.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12988944",
"name": "BK SOCIAL CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12988944"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCXQ-9118-JPGG"
}
],
"address": {
"streetAddress": "268 Pettits Lane North",
"locality": "Romford",
"postalCode": "RM1 4PJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "Admin@bksocialcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.bksocialcare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11939253",
"name": "BLOOMPAGE CONSULTING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11939253"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMLX-5264-LLBM"
}
],
"address": {
"streetAddress": "Avalon House 45 Tallon Road",
"locality": "Brentwood",
"postalCode": "CM13 1TG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "info@bloompageconsulting.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.accessforcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06491588",
"name": "BLOOMSBURY KG LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06491588"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWHL-7355-PNPQ"
}
],
"address": {
"streetAddress": "5 The Marketplace, Station Road",
"locality": "Clacton-On-Sea",
"postalCode": "CO16 0HY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "nick.c@bloomsburyhomecare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.bloomsburyhomecare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13499187",
"name": "BLOSSOM HIGH LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13499187"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNJW-7914-JXVH"
}
],
"address": {
"streetAddress": "Plot 277, Ceme Innovation Centre",
"locality": "Rainham",
"postalCode": "RM13 8EU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "info@blossomhigh.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://blossomhigh.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09894779",
"name": "BLUEBOARD CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "09894779"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPCV-2221-VZNX"
}
],
"address": {
"streetAddress": "Hub 131, Londoneast Business & Technical Park",
"locality": "Dagenham",
"postalCode": "RM10 7FN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "contractsmgt@blueboardcareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.blueboardcareservices.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10658743",
"name": "BS CARE MANAGEMENT SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10658743"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBCT-4334-LPNM"
}
],
"address": {
"streetAddress": "4 Commonwealth House, Montreal Road",
"locality": "Tilbury",
"postalCode": "RM18 7QX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "info@bscaremanagement.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.bscaremanagement.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06529960",
"name": "BUTTERFLYS CARE HOMES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "06529960"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZDZ-6932-LJDD"
}
],
"address": {
"streetAddress": "1-3 Bromley Road",
"locality": "Colchester",
"postalCode": "CO4 3JE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "jonathan@butterflys-caregroup.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.butterflys-caregroup.co.uk/colchester/care-home",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09862147",
"name": "Care Givers Limited",
"identifier": {
"scheme": "GB-COH",
"id": "09862147"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPWY-6389-YCHH"
}
],
"address": {
"streetAddress": "Unit 11 1 George Williams Way",
"locality": "Colchester",
"postalCode": "CO1 2JS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "clem@caregiversltd.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15716930",
"name": "CARE PACKAGE PLUS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15716930"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQWT-8632-BVXL"
}
],
"address": {
"streetAddress": "66 The Broadway",
"locality": "Loughton",
"postalCode": "IG10 3ST",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "admin@carepackageplus.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://carepackageplus.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09520421",
"name": "CAREAID LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09520421"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRYG-4658-DHJQ"
}
],
"address": {
"streetAddress": "Unit 114 Lock Studios, 7 Corsican Square,",
"locality": "London",
"postalCode": "E3 3YD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "info@careaid.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.careaid.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12364140",
"name": "CARELAND HEALTHCARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12364140"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMBL-9372-JCLT"
}
],
"address": {
"streetAddress": "Unit13, Suite 3, Bourne Court Unity Trading Estate",
"locality": "Woodford Green",
"postalCode": "IG8 8HD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "info@carelandhealthcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.carelandhealthcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08491438",
"name": "CAREROSE CARES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08491438"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGNY-5299-YBCZ"
}
],
"address": {
"streetAddress": "12 Town Quay Wharf C/O Fred Michael & Co Ltd",
"locality": "Barking",
"postalCode": "IG11 7BZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "e.paul@crcares.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://crcares.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12658235",
"name": "Carers Hive Limited",
"identifier": {
"scheme": "GB-COH",
"id": "12658235"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTQN-5373-WQHJ"
}
],
"address": {
"streetAddress": "213 Clarendon Road Whalley Range",
"locality": "Manchester Lancashire",
"postalCode": "M16 0AY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "info@carershive.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10384661",
"name": "CARING HANDS EAST LONDON LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10384661"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJVV-9396-PRBH"
}
],
"address": {
"streetAddress": "Imperial House",
"locality": "Ilford",
"postalCode": "IG1 3AD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "rafiq@caringhandseastlondon.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.caringhandseastlondon.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11151051",
"name": "CARING HEARTS (ESSEX) LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11151051"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNLJ-8595-VWBP"
}
],
"address": {
"streetAddress": "Gainsborough Business Centre 6",
"locality": "Colchester",
"postalCode": "CO1 2LY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "dbadan@fuchsiahomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.fuchsiahomecare.co.uk/colchester",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14611389",
"name": "CHIME CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14611389"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZBR-1958-PRCP"
}
],
"address": {
"streetAddress": "Crown House F10 Crown House",
"locality": "Dartford",
"postalCode": "DA1 1DZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ43"
},
"contactPoint": {
"email": "contact@chimecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.chimecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06783750",
"name": "CHINITE RESOURCING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06783750"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDNB-9288-HXBH"
}
],
"address": {
"streetAddress": "Unit 4, 2nd Floor, Town Quay Wharf, Abbey Road",
"locality": "Barking",
"postalCode": "IG11 7BZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "admin@chiniteresourcing.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.chiniteresourcing.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-2666470",
"name": "Christies Care Limited",
"identifier": {
"scheme": "GB-COH",
"id": "2666470"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZVL-7863-CHYT"
}
],
"address": {
"streetAddress": "Rose House, Street Farm Road",
"locality": "Saxmundham",
"postalCode": "IP17 1AL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "portals@christiescare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11822524",
"name": "CK2CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11822524"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXMN-7659-CCVL"
}
],
"address": {
"streetAddress": "58 North Road",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "ck2care@outlook.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.CK2Care.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12601456",
"name": "CKM CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12601456"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBMT-9639-TBZD"
}
],
"address": {
"streetAddress": "29 Crouch Street",
"locality": "Colchester",
"postalCode": "CO3 3EN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "caroline@ckmcare.org.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://ckmcare.org.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11700150",
"name": "Clay Brook Healthcare Limited",
"identifier": {
"scheme": "GB-COH",
"id": "11700150"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZTZ-2993-THGZ"
}
],
"address": {
"streetAddress": "Suite 21 The Wenta Business Centre 1 Electric Avenue",
"locality": "Enfield",
"postalCode": "EN3 7XU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI54"
},
"contactPoint": {
"email": "percival@claybrookhealthcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-03058907",
"name": "CLOUD 9 CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03058907"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTPR-6667-YVMW"
}
],
"address": {
"streetAddress": "47 Moorside Business Park",
"locality": "Colchester",
"postalCode": "CO1 2ZF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "rachel@cloud9care.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://cloud9care.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13847717",
"name": "Colchester HomeCare LTD North Essex Branch",
"identifier": {
"scheme": "GB-COH",
"id": "13847717"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHNM-7415-QPVJ"
}
],
"address": {
"streetAddress": "27 Regents Close Highwoods",
"locality": "Colchester",
"postalCode": "CO4 9FJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "admin@colchesterhomecare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07137087",
"name": "CONSTABLE CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07137087"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMYJ-4594-HCDL"
}
],
"address": {
"streetAddress": "2a High St",
"locality": "Brightlingsea",
"postalCode": "CO7 0AE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "Directors@constablecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://Www.constablecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08881437",
"name": "COURAGE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08881437"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRNV-3626-NZBN"
}
],
"address": {
"streetAddress": "10 Lippitts Hill",
"locality": "Luton",
"postalCode": "LU2 7YN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH21"
},
"contactPoint": {
"email": "mahazel2002@yahoo.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://courage4u.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10456720",
"name": "CROSSPATH CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10456720"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNTL-7612-QRCR"
}
],
"address": {
"streetAddress": "Suite 9 Blackwell House",
"locality": "Earls Colne",
"postalCode": "CO6 2JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@crosspathcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.crosspathcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11879445",
"name": "CROWN46 COMPANY LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11879445"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDMB-3356-ZRVL"
}
],
"address": {
"streetAddress": "71 Warren Avenue",
"locality": "South Croydon",
"postalCode": "CR2 8HZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI62"
},
"contactPoint": {
"email": "crown46clientcare@outlook.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://crown46clientcare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08419484",
"name": "DAMORCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08419484"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMML-1545-CTJG"
}
],
"address": {
"streetAddress": "Suite 215, Elizabeth House",
"locality": "Chelmsford",
"postalCode": "CM2 0DG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "Ifedapo.Oladipo@damorcareuk.Co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://damorcareuk.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14858207",
"name": "DAREM HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14858207"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMWG-6926-BMMR"
}
],
"address": {
"streetAddress": "10 Crittall Close",
"locality": "Witham",
"postalCode": "CM8 3SY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "daremhealthcareltd@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://daremhealthcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11441475",
"name": "DE VERE CARE PARTNERSHIP LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11441475"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVQL-6545-QGHP"
}
],
"address": {
"streetAddress": "8 A, Bourne Court",
"locality": "Woodford Green",
"postalCode": "IG8 8HD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "info@dvcgroup.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.dvcgroup.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-SC364247",
"name": "DELIGHT SUPPORTED LIVING LTD",
"identifier": {
"scheme": "GB-COH",
"id": "SC364247"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWMG-4817-VTNN"
}
],
"address": {
"streetAddress": "11 Dalrymple Court",
"locality": "Glasgow",
"postalCode": "G66 3AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKM81"
},
"contactPoint": {
"email": "herts@delightsupportedliving.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.delightsupportedliving.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12254439",
"name": "DEWAY CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12254439"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHMP-6562-GQWW"
}
],
"address": {
"streetAddress": "77-79 High Street",
"locality": "Watford",
"postalCode": "WD17 2DJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH23"
},
"contactPoint": {
"email": "dewaycarelimited@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://dewaycarelimited.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15306710",
"name": "DIANA'S QUALITY CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "15306710"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWLC-8591-BHVY"
}
],
"address": {
"streetAddress": "Office 14, The Colchester Centre",
"locality": "Colchester",
"postalCode": "CO2 8JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@dianasqualitycare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.dianasqualitycare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12982083",
"name": "Dion Care Services Limited",
"identifier": {
"scheme": "GB-COH",
"id": "12982083"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBNW-8693-YWCN"
}
],
"address": {
"streetAddress": "Cornwallis House Howard Chase",
"locality": "Basildon",
"postalCode": "SS14 3BB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "Info@dioncareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12651295",
"name": "DISTINGUISHED.WORLD LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12651295"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPMG-1759-GYGV"
}
],
"address": {
"streetAddress": "16 St. Johns Road",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 4BS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "Katy@distinguished.world"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://WWW.distinguished.world",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09951996",
"name": "DIVINE COMMUNITY CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09951996"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJHN-6166-WZPJ"
}
],
"address": {
"streetAddress": "98-102 Cranbrook Road",
"locality": "Ilford",
"postalCode": "IG1 4NH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "divinecommunitcare@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.divinecommunitycare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10758552",
"name": "DRURY HEALTHCARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10758552"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTVG-3142-MVRM"
}
],
"address": {
"streetAddress": "1 Aster House, Lanswoodpark Business Centre, Elmstead Market",
"locality": "Colchester",
"postalCode": "CO7 7FD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "tom@druryhealthcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.druryhealthcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07918676",
"name": "ECARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07918676"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWLY-7994-YHCY"
}
],
"address": {
"streetAddress": "9 Crusader Business Park",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 4TN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "sean@ecare-community.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.ecare-community.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09797432",
"name": "EFFICIENCY-FOR CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09797432"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVWT-2538-PCBN"
}
],
"address": {
"streetAddress": "Suite 8, The Mill Suite 8, The Mill, 355 Old Road",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 3RH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "aisha.bello@efficiencyforcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.efficiencyforcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-02665898",
"name": "ENS RECRUITMENT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02665898"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHNW-5162-RCQJ"
}
],
"address": {
"streetAddress": "Unit A Telford Court, Chester Gates Business Park",
"locality": "Chester",
"postalCode": "CH1 6LT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD63"
},
"contactPoint": {
"email": "info@ensgroup.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.ensrecruitment.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04315442",
"name": "ESSEX AND SUFFOLK QUALITY CARE LTD.",
"identifier": {
"scheme": "GB-COH",
"id": "04315442"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZGD-1126-PMJZ"
}
],
"address": {
"streetAddress": "1 Second Avenue",
"locality": "Halstead",
"postalCode": "CO9 2SU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "essexsuffolkqc@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.essexandsuffolkqualitycare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12000345",
"name": "EVJ HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12000345"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZVL-2588-YTBT"
}
],
"address": {
"streetAddress": "61 Station Road",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 1SD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "admin@evjhealthcareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.evjhealthcareservices.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12807962",
"name": "EZZE HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12807962"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJGB-1375-PQMN"
}
],
"address": {
"streetAddress": "Suit 106, Building 13. Thames Enterprise Centre,",
"locality": "Thames Industrial Estate",
"postalCode": "RM18 8RH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "info@ezzehealthcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.ezzehealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12554148",
"name": "FAITH HOME CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12554148"
},
"additionalIdentifiers": [
{
"scheme": "GB-NHS",
"id": "VNH0X"
}
],
"address": {
"streetAddress": "Unit 73, Waterhouse Business Centre",
"locality": "Chelmsford",
"postalCode": "CM1 2QE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "admin@faithhomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.faithhomecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13766552",
"name": "FAITHS CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13766552"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPDP-5996-MNHH"
}
],
"address": {
"streetAddress": "The Colchester Business Centre, Hawkins Road",
"locality": "Colchester",
"postalCode": "CO2 8JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "faiths-care@hotmail.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.homecare.co.uk/homecare/agency.cfm/id/65432223900",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11494824",
"name": "FAMILYA CARE SERVICES LTD.",
"identifier": {
"scheme": "GB-COH",
"id": "11494824"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRQD-2989-GJJH"
}
],
"address": {
"streetAddress": "Suite 4 Oyster House, Severalls Lane Suite 4 Oyster House",
"locality": "Colchester",
"postalCode": "CO4 9PD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "admin@familyacare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.familyacare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13744865",
"name": "FILCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13744865"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVVX-1645-VWGJ"
}
],
"address": {
"streetAddress": "Office S10 The Plaza, 1 Rutherford Park, Great Notley",
"locality": "Braintree",
"postalCode": "CM77 7AU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "admin@filcareltd.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.filcareltd.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07332482",
"name": "FIRSTCHOICE CONSULTANCY LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07332482"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZXP-8525-ZNNV"
}
],
"address": {
"streetAddress": "The Hubb 335-351",
"locality": "Dagenham",
"postalCode": "RM10 8QR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "info@firstchoiceconsultancy.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.firstchoiceconsultancy.com/contact/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06719916",
"name": "FIRSTPOINT HOMECARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06719916"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYCD-8411-BCQH"
}
],
"address": {
"streetAddress": "Kingston House, Towers Business Park",
"locality": "Manchester",
"postalCode": "M20 2LD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "tenders@firstpointhomecare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.firstpointhomecare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14656071",
"name": "FOUNTAIN CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14656071"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGMR-7297-WDWQ"
}
],
"address": {
"streetAddress": "16 Westlyn Close",
"locality": "Rainham",
"postalCode": "RM13 9JP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "info@fountaincareservices.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.fountaincareservices.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05313203",
"name": "FRANTEC LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05313203"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBPT-9232-LWVR"
}
],
"address": {
"streetAddress": "1 Boudicca Road",
"locality": "Stowmarket",
"postalCode": "IP14 1WF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "SMT@frantec.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.frantec-care.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05100937",
"name": "GATEWAY CARE SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05100937"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXPQ-2942-TQPT"
}
],
"address": {
"streetAddress": "Suite 312, East Wing Sterling House",
"locality": "Loughton",
"postalCode": "IG10 3TS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "info@gatewaycareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.gatewaycareservice.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12992789",
"name": "GILEAD COMPLETE CARE GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12992789"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNMH-8668-HPRX"
}
],
"address": {
"streetAddress": "Unit 3.22 Barking Enterprise 50 Cambridge Road",
"locality": "Barking",
"postalCode": "IG11 8FG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "info@gccaregrp.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.gilleadcompletecare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08841814",
"name": "GLEE CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08841814"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNCM-6498-CZHV"
}
],
"address": {
"streetAddress": "8 Crabtree Corner",
"locality": "Leicester",
"postalCode": "LE2 6TL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF21"
},
"contactPoint": {
"email": "gleecare.ltd@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://gleecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08782207",
"name": "GLENAVON CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08782207"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNMZ-7455-QYBP"
}
],
"address": {
"streetAddress": "9 Springfield Lyons Approach",
"locality": "Chelmsford",
"postalCode": "CM2 5LB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "sara.rashid@glenavoncare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.glenavoncare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11112224",
"name": "GOOD LIFE CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11112224"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZNH-3662-HQZW"
}
],
"address": {
"streetAddress": "40 Stilemans Wood",
"locality": "Braintree",
"postalCode": "CM77 8GR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@goodlifecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.goodlifecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13039554",
"name": "GRACEAGE CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13039554"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCZQ-2313-GDGH"
}
],
"address": {
"streetAddress": "Office F8 Innovation Centre, Knowledge Gateway",
"locality": "Boundary Road Colchester",
"postalCode": "CO4 3ZQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "al.adeleke@graceagecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://graceagecare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12819308",
"name": "GRACEFUL HANDS CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12819308"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLZV-2128-GHTX"
}
],
"address": {
"streetAddress": "Avenue Business 17 New Road Avenue",
"locality": "Chatham Kent",
"postalCode": "ME4 6BA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ41"
},
"contactPoint": {
"email": "info@gracefulhandscare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05081894",
"name": "H.O.P.E. SUPERJOBS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05081894"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDVQ-2998-WBZW"
}
],
"address": {
"streetAddress": "Third Floor, Broadway Chambers",
"locality": "Ilford",
"postalCode": "IG1 4DU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "info@hopesuperjobs.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://hopesuperjobs.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14568843",
"name": "HERE-TO-SERVE (HTS) CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14568843"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZYP-5842-NXNV"
}
],
"address": {
"streetAddress": "The Nook Boxley Road",
"locality": "Walderslade, Chatham",
"postalCode": "ME5 9JG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ45"
},
"contactPoint": {
"email": "admin@here-to-serve.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.here-to-serve.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10299873",
"name": "HERITAGE CARE PLACE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10299873"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNJZ-9243-CYYY"
}
],
"address": {
"streetAddress": "582 Honeypot Lane",
"locality": "Stanmore",
"postalCode": "HA7 1JS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI74"
},
"contactPoint": {
"email": "heritagecareplace@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://heritagecareplace.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-8963028",
"name": "Heritage Staffing Services Limited",
"identifier": {
"scheme": "GB-COH",
"id": "8963028"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQTJ-8347-MRLX"
}
],
"address": {
"streetAddress": "1st floor Suites D-F, 11-15 Bush Fair Shopping Centre",
"locality": "Harlow",
"postalCode": "CM18 6NS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "admin@heritagestaffing.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09305195",
"name": "HOME SWEET HOME CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09305195"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYWM-8371-YRXW"
}
],
"address": {
"streetAddress": "2 Great Cullings",
"locality": "Romford",
"postalCode": "RM7 0YL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "katy.richards@homesweethomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.homesweethomecareltd.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13319849",
"name": "HOMELIUM CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13319849"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTDX-7378-YVBM"
}
],
"address": {
"streetAddress": "12 Central Arcade",
"locality": "Cleckheaton",
"postalCode": "BD19 5DN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "annie.syed@homelium.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.homelium.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09158639",
"name": "IMMEDIATE MEDICAL SOLUTIONS LTD",
"identifier": {
"scheme": "GB-COH",
"id": "09158639"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGLG-9266-PCMG"
}
],
"address": {
"streetAddress": "18 Raven Road",
"locality": "Redbridge, London, UK",
"postalCode": "E18 1HB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "faiza.rizvi@ims-nhs.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.ims-nhs.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14473041",
"name": "INFIGO CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14473041"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNBC-9344-DJVP"
}
],
"address": {
"streetAddress": "35 Stern Close",
"locality": "Barking",
"postalCode": "IG11 0XW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "info@infigocare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.infigocare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11420414",
"name": "INTEGRATED KARE SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11420414"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYWD-5657-HLQX"
}
],
"address": {
"streetAddress": "465 Broxburn Drive",
"locality": "South Ockendon",
"postalCode": "RM15 5PS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "info@integratedkare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13829956",
"name": "INTEGRATED SUPPORT SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13829956"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVBV-4546-LQHT"
}
],
"address": {
"streetAddress": "Office 7, Unit 30 Manor Trading Estate",
"locality": "Benfleet",
"postalCode": "SS7 4PS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "hr@integratedsupportserviceltd.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://integratedsupportserviceltd.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13486530",
"name": "JCM CARE SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13486530"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCRJ-5666-JDMH"
}
],
"address": {
"streetAddress": "4 Osborne Street",
"locality": "Colchester",
"postalCode": "CO2 7DB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@jcmcareservices.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.jcmcareservices.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-03423766",
"name": "JOHN STANLEY'S CARE AGENCY LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03423766"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBCC-6594-YDJW"
}
],
"address": {
"streetAddress": "The Beeches, Apex 12, Old Ipswich Road",
"locality": "Colchester, Essex",
"postalCode": "CO7 7QR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "ellie.todd@healthcarehomes.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.healthcarehomes.co.uk",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12559026",
"name": "KAYOSKI CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12559026"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRPR-6966-BGPL"
}
],
"address": {
"streetAddress": "71 Copperfield",
"locality": "Chigwell",
"postalCode": "IG7 5NH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH35"
},
"contactPoint": {
"email": "queenta@kayoskicare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://kayoskicare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08369578",
"name": "KINECT SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08369578"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCCT-5957-NZLP"
}
],
"address": {
"streetAddress": "Unit 9 Totman Close",
"locality": "Rayleigh",
"postalCode": "SS6 7UZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "tenders@kinect.services"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.kinect.services",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14167336",
"name": "KKD HEALTHCARE AND RECRUITMENT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14167336"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJBP-1232-GMDN"
}
],
"address": {
"streetAddress": "11 Nailsworth Crescent",
"locality": "Redhill",
"postalCode": "RH1 3JD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ26"
},
"contactPoint": {
"email": "info@kkdhealthcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.kkdhealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12427516",
"name": "KOME CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12427516"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYBD-1624-MLTY"
}
],
"address": {
"streetAddress": "408 Tower Bridge Business Centre",
"locality": "London",
"postalCode": "E1W 1AW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "info@komecare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.komecare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10841606",
"name": "LEARNING AND SUPPORT SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10841606"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLGC-8966-RCJM"
}
],
"address": {
"streetAddress": "Unit M, Dutch Barn",
"locality": "Ford End",
"postalCode": "CM3 1LN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "enquiries@learningandsupportservices.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.learningandsupportservices.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11089890",
"name": "Linmar Care",
"identifier": {
"scheme": "GB-COH",
"id": "11089890"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDRV-7851-JRDT"
}
],
"address": {
"streetAddress": "Unit 2 99 London Road Stanway",
"locality": "Colchester",
"postalCode": "CO3 0NY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "chike@linmarcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14332066",
"name": "LIV HEALTHY CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14332066"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRCT-8983-LZPG"
}
],
"address": {
"streetAddress": "4 Nelson Road",
"locality": "Leigh-On-Sea",
"postalCode": "SS9 3HU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH31"
},
"contactPoint": {
"email": "director@livhealthycare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.livhealthycare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-02622175",
"name": "LIVING AMBITIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02622175"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCRQ-7242-QXPY"
}
],
"address": {
"streetAddress": "No. 2 The Square",
"locality": "Warrington",
"postalCode": "WA3 7QY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"email": "livingambitions@lifeways.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://lifeways.co.uk/about-us/about-lifeways",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10770946",
"name": "LORDGRACE DELIGHT HEALTHCARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10770946"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDYR-8913-BVBR"
}
],
"address": {
"streetAddress": "2 Oval Gardens",
"locality": "Grays",
"postalCode": "RM17 5NR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "info@lordgraceltd.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.lordgraceltd.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11421065",
"name": "MARLYN RECRUITMENT LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11421065"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXVW-8913-GDVQ"
}
],
"address": {
"streetAddress": "87 Moretons Place",
"locality": "Basildon",
"postalCode": "SS13 3NA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "admin@marlynrecruitment.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://care.marlynrecruitment.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11300282",
"name": "MERAKI UNIQUE CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11300282"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZJL-5771-BNPX"
}
],
"address": {
"streetAddress": "Broadway Chambers",
"locality": "Ilford",
"postalCode": "IG1 4DU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "redbridge@myhomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://redbridge.myhomecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08060409",
"name": "MERCURY CARE SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08060409"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNWV-4441-HNPQ"
}
],
"address": {
"streetAddress": "781-781a London Road",
"locality": "Thornton Heath",
"postalCode": "CR7 6AW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI62"
},
"contactPoint": {
"email": "info@mercurycare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://mercurycare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15435053",
"name": "MERSEA HOMECARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15435053"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDGD-1681-LNPJ"
}
],
"address": {
"streetAddress": "Unit 614 Waterhouse Business Centre",
"locality": "Chelmsford, Essex",
"postalCode": "CM1 2QE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "info@merseahomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10000764",
"name": "METRO HOMECARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10000764"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDMJ-3829-PJZM"
}
],
"address": {
"streetAddress": "Office 3.26, 3rd Floor, Canterbury Court Kennington Park, 1-3 Brixton Road",
"locality": "London",
"postalCode": "SW9 6DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI45"
},
"contactPoint": {
"email": "s.osman@metrohomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.metrohomecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11427405",
"name": "MICHAEL RGIS' CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "11427405"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQLR-6436-TPXH"
}
],
"address": {
"streetAddress": "Weston Business Centre Limited The Colchester Centre",
"locality": "Colchester",
"postalCode": "CO2 8JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "Info@michaelrgiscare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.michaelrgiscare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04502399",
"name": "NAYLAND CARE AGENCY LTD",
"identifier": {
"scheme": "GB-COH",
"id": "04502399"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLNZ-2944-DWVJ"
}
],
"address": {
"streetAddress": "Unit 1a Manor Farm Business Centre Manor Lane",
"locality": "Ipswich",
"postalCode": "IP9 2TD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "admin@naylandcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.naylandcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15356920",
"name": "YEMLISTER CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15356920"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWWR-9978-TPVV"
}
],
"address": {
"streetAddress": "176 Moretons",
"locality": "Basildon",
"postalCode": "SS13 3LP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "Info@yemlistercare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://Info@yemlistercare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05512996",
"name": "NURSE PLUS AND CARER PLUS (UK) LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05512996"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQZX-8511-WCQZ"
}
],
"address": {
"streetAddress": "Unit 2 Eurogate Business Park",
"locality": "Ashford",
"postalCode": "TN24 8XW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ45"
},
"contactPoint": {
"email": "contracts@nurseplusuk.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.nurseplusuk.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-05747614",
"name": "PALS LTD",
"identifier": {
"scheme": "GB-COH",
"id": "05747614"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDYP-5216-MLQD"
}
],
"address": {
"streetAddress": "Unit 38, Waterhouse Business Centre",
"locality": "Chelmsford",
"postalCode": "CM1 2QE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "mail@pals-ltd.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.pals-ltd.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12359476",
"name": "PARADISE CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12359476"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRLV-6227-CZYM"
}
],
"address": {
"streetAddress": "The Hub, The Center Of Business In Ipswich Office 17 Hubbard Way",
"locality": "Ipswich",
"postalCode": "IP1 2QA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "paradisecareltd@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://paradisecareltd.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10539985",
"name": "PASSION TREE CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10539985"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCLW-2778-DTCJ"
}
],
"address": {
"streetAddress": "Unit 3 Carlton Farm Beehive Lane",
"locality": "Chelmsford",
"postalCode": "CM2 8RL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "tender@passiontreecareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.passiontreecareservices.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09402492",
"name": "PCM HOMECARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09402492"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRGH-3939-BRLD"
}
],
"address": {
"streetAddress": "28 St. Helens Road",
"locality": "Ilford",
"postalCode": "IG1 3QJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "pavan@careinmyhome.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-RS007741",
"name": "PEABODY TRUST",
"identifier": {
"scheme": "GB-COH",
"id": "RS007741"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYJY-3925-DVJD"
}
],
"address": {
"streetAddress": "45 Westminster Bridge Road",
"locality": "London",
"postalCode": "SE1 7JB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"contactPoint": {
"email": "procurement.enquiries@peabody.org.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.peabody.org.uk/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07354221",
"name": "PEACE OF MIND HOME SUPPORT LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07354221"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTDX-5334-XVZM"
}
],
"address": {
"streetAddress": "Unit I",
"locality": "Clacton-On-Sea",
"postalCode": "CO15 4LP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "information@peaceofmindcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.peaceofmindcare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12084387",
"name": "PERSONAL CARE SUPPORT LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12084387"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXZM-3938-CPDR"
}
],
"address": {
"streetAddress": "30 Roding Way Roding Way",
"locality": "Rainham",
"postalCode": "RM13 9QD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "contactus@personal-care-support.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.personal-care-support.com/about",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08258301",
"name": "PHARMENG LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08258301"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQRH-1618-LNDM"
}
],
"address": {
"streetAddress": "19-21 Great Tower Street",
"locality": "London",
"postalCode": "EC3R 5AQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "careconnect@peglobal.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.peglobalcareconnect.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12990350",
"name": "PLATINUM HOMECARE 4U LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12990350"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMLT-1638-TBNG"
}
],
"address": {
"streetAddress": "10 Beech Court",
"locality": "Reading",
"postalCode": "RG10 0RQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"email": "info@aboveandbeyondhomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.aboveandbeyondhomecare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07210515",
"name": "PORTFOLIO HOMECARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07210515"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYLV-8755-LWLQ"
}
],
"address": {
"streetAddress": "C/O Dickinsons, Brandon House",
"locality": "Chesham",
"postalCode": "HP5 1EG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ13"
},
"contactPoint": {
"email": "management@portfoliohomecare.org"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.portfoliohomecare.org",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12881840",
"name": "PREMALD CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12881840"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCBD-2112-GMNZ"
}
],
"address": {
"streetAddress": "101 Hanging Hill Lane",
"locality": "Brentwood",
"postalCode": "CM13 2HG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "info@premaldcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.premaldcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13434062",
"name": "PRESTIGE HEALTH & SOCIAL CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13434062"
},
"additionalIdentifiers": [
{
"scheme": "GB-NHS",
"id": "C5H6"
}
],
"address": {
"streetAddress": "Unit 15 Victoria Way",
"locality": "Derby",
"postalCode": "DE24 8AN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"email": "info@phscare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.phscare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13400336",
"name": "PRESTIGE HOMECARE 24/7 LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13400336"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWPL-9482-LBNG"
}
],
"address": {
"streetAddress": "C/O Devonports Las Ltd The Rivendell Centre",
"locality": "Maldon",
"postalCode": "CM9 5QP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "Manager@prestigehomecare247.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.prestigehomecare247.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10564282",
"name": "Prime Care Domiciliary Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "10564282"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMCX-2146-YWBG"
}
],
"address": {
"streetAddress": "3 Queen Street",
"locality": "Horsham",
"postalCode": "RH13 5AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ28"
},
"contactPoint": {
"email": "info@primecaredomiciliaryltd.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09439203",
"name": "PROACTIVE MEDICARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09439203"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRML-4714-GHCW"
}
],
"address": {
"streetAddress": "118 High Street",
"locality": "Rayleigh",
"postalCode": "SS6 7BY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "abi@proactive-medicare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.proactive-medicare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13875919",
"name": "PURE HEALTH CARE PVT LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13875919"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTPL-7791-BBYM"
}
],
"address": {
"streetAddress": "71-75 Shelton Street",
"locality": "London",
"postalCode": "WC2H 9JQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "Chishakas@yahoo.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.pure-healthcare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10502250",
"name": "QCM HEALTHCARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "10502250"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRQC-1169-MDRR"
}
],
"address": {
"streetAddress": "Cadman House Maurice Way",
"locality": "Colchester",
"postalCode": "CO3 0NW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "admin@qcmhealthcre.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.qcmhealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08044128",
"name": "RAYNET RECRUITMENT AGENCY LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08044128"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYCR-9997-NHVY"
}
],
"address": {
"streetAddress": "Unit B2 Seedbed Centre Davidson Way",
"locality": "Romford",
"postalCode": "RM7 0AZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "admin@raynetrecruitment.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.raynetcare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15590328",
"name": "REVIVERISE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "15590328"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTML-7698-WTGJ"
}
],
"address": {
"streetAddress": "1.11 B, Eliot Park Innovation Centre, Barling Way",
"locality": "Nuneaton",
"postalCode": "CV10 7RH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "paul@reviverise.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.reviverise.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08400115",
"name": "RHYTHMIC CARE UK LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08400115"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPLN-1457-ZGYN"
}
],
"address": {
"streetAddress": "103 Cranbrook Road (2nd Floor)",
"locality": "Ilford",
"postalCode": "IG1 4PU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "tulip@rhythmiccare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://rhythmiccare.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15051676",
"name": "ROSEBERRY KARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15051676"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJGM-1689-JPXR"
}
],
"address": {
"streetAddress": "27 Roseberry Avenue",
"locality": "Benfleet",
"postalCode": "SS7 4HH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "mercy@roseberrykare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://roseberrykare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09954452",
"name": "ROSSYCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "09954452"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PWZQ-6569-ZCQZ"
}
],
"address": {
"streetAddress": "2 George Street",
"locality": "Grays",
"postalCode": "RM17 6LY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "rossycare2@gmail.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.rossyhealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07468421",
"name": "RUMAX LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07468421"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNLD-5649-RWMD"
}
],
"address": {
"streetAddress": "Cornwallis House Cornwallis House, Unit 2",
"locality": "Basildon",
"postalCode": "SS14 3BB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "enquiries@ru-max.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.ru-max.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-09032501",
"name": "SATELLITE HEALTH CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09032501"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNBB-4651-CNVQ"
}
],
"address": {
"streetAddress": "48 Austen Road",
"locality": "Basildon",
"postalCode": "SS14 3RZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"email": "adminsupport@satellitehealthcareltd.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.satellitehealthcareltd.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10796052",
"name": "SAXON HEALTHCARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10796052"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRNR-9798-DPVP"
}
],
"address": {
"streetAddress": "Cranbrook House 2nd Floor, Suite 8",
"locality": "Ilford",
"postalCode": "IG1 4PG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI53"
},
"contactPoint": {
"email": "qureshi@saxonhealthcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.saxonhealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04427633",
"name": "SERVOCA NURSING & CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "04427633"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCLQ-5612-NJXY"
}
],
"address": {
"streetAddress": "Kingston House, Towers Business Park",
"locality": "Manchester",
"postalCode": "M20 2LD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "tenders@servocahealth.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.servocahealth.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13500680",
"name": "SHELAGH CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13500680"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBLZ-3788-ZJJZ"
}
],
"address": {
"streetAddress": "Suite 203, The Queensgate, Queensgate Centre",
"locality": "Grays",
"postalCode": "RM17 5DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
},
"contactPoint": {
"email": "shelagh@shelaghcareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.shelaghcareservices.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12291383",
"name": "SHINDORE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12291383"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQBC-6263-HNGL"
}
],
"address": {
"streetAddress": "Ceme Campus",
"locality": "Rainham",
"postalCode": "RM13 8EU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "haveringsouth@sylviancare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://sylviancare.co.uk/havering-south",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07555527",
"name": "Social Care Consortium",
"identifier": {
"scheme": "GB-COH",
"id": "07555527"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXWX-5328-MTLQ"
}
],
"address": {
"streetAddress": "50 Victor Road",
"locality": "Harrow",
"postalCode": "HA2 6PZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI74"
},
"contactPoint": {
"email": "info@socialcareconsortium.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14708654",
"name": "SPRING SUCCESS HOME CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14708654"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMBW-7186-CVQR"
}
],
"address": {
"streetAddress": "4 Flamingo Crescent",
"locality": "Colchester",
"postalCode": "CO3 8BX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "info@springsuccess.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.springsuccess.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14011802",
"name": "SRP HOMECARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "14011802"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMWN-6458-GQGP"
}
],
"address": {
"streetAddress": "1349/1353 London Road",
"locality": "Leigh-On-Sea",
"postalCode": "SS9 2AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH31"
},
"contactPoint": {
"email": "ap@srp-group.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.srphomecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12440509",
"name": "ST HELENA CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12440509"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNWG-3216-VCWY"
}
],
"address": {
"streetAddress": "Myland Hall Barncroft Close",
"locality": "Colchester",
"postalCode": "CO4 9JU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "dlbusinessinnovation@sthelena.org.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.sthelena.org.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04893415",
"name": "STAR ANGEL CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "04893415"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGGC-2376-LRNN"
}
],
"address": {
"streetAddress": "6 Tallis Close",
"locality": "London",
"postalCode": "E16 3AY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
},
"contactPoint": {
"email": "info@starangelcare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.starangelcare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12726199",
"name": "STIVIC CARE SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "12726199"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMBV-5218-HDDD"
}
],
"address": {
"streetAddress": "75 East Hill",
"locality": "Colchester",
"postalCode": "CO1 2QW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "peter.odili@stiviccareservices.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://stiviccareservices.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15020357",
"name": "SWL CARE HAVEN LTD",
"identifier": {
"scheme": "GB-COH",
"id": "15020357"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLMM-3163-LJXJ"
}
],
"address": {
"streetAddress": "The Old House",
"locality": "Croydon",
"postalCode": "CR0 1LE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI62"
},
"contactPoint": {
"email": "contact@swlcarehaven.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://swlcarehaven.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10537608",
"name": "TEHY CARE GROUP LTD.",
"identifier": {
"scheme": "GB-COH",
"id": "10537608"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRLB-2149-HTYW"
}
],
"address": {
"streetAddress": "189 Main Road Main Road",
"locality": "Chelmsford",
"postalCode": "CM1 7EQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "kennedy@tehycare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.tehycare.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08700259",
"name": "Tendring Care",
"identifier": {
"scheme": "GB-COH",
"id": "08700259"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNLZ-8265-WXDT"
}
],
"address": {
"streetAddress": "57 Munnings Drive",
"locality": "Clacton-On-Sea",
"postalCode": "CO16 8YL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH34"
},
"contactPoint": {
"email": "Info@tendringcare.org"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06795987",
"name": "THERA EAST",
"identifier": {
"scheme": "GB-COH",
"id": "06795987"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYYZ-8451-VWNT"
}
],
"address": {
"streetAddress": "134 Edmund Street",
"locality": "Birmingham",
"postalCode": "B3 2ES",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "tenders@thera.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.theraeast.co.uk/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11192588",
"name": "TREAL CARE UK LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11192588"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRHW-7834-TCVX"
}
],
"address": {
"streetAddress": "20-22 North Street",
"locality": "Hornchurch Essex",
"postalCode": "RM11 1QX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI52"
},
"contactPoint": {
"email": "adejoke.fagbenro@trealcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.trealcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-12884256",
"name": "TRING CARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12884256"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJBX-2577-WYZG"
}
],
"address": {
"streetAddress": "Jubilee House The Drive",
"locality": "Brentwood",
"postalCode": "CM13 3FR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "raheel@tringcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.tringcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15497897",
"name": "UNIQUE OPTION HEALTHCARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15497897"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDBR-2467-WJXY"
}
],
"address": {
"streetAddress": "Flat 15 One Nine Nine West 199-207 West Road",
"locality": "Westcliff-On-Sea",
"postalCode": "SS0 9FH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH31"
},
"contactPoint": {
"email": "info@uniqueoptionhealthcareltd.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.uniqueoptionhealthcareltd.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15070436",
"name": "UNIVERSAL POINT OF CARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "15070436"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDWW-5771-MHWX"
}
],
"address": {
"streetAddress": "71-75 Shelton Street",
"locality": "London",
"postalCode": "WC2H 9JQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "susan@upoc.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.upoc.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07462140",
"name": "VERITY HEALTHCARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07462140"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXHY-9492-VRWG"
}
],
"address": {
"streetAddress": "20-22 Wenlock Road",
"locality": "London",
"postalCode": "N1 7GU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
},
"contactPoint": {
"email": "sam@verityhealthcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.verityhealthcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-14515193",
"name": "VIDA SUPPORTED LIVING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "14515193"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVQY-8617-TPTY"
}
],
"address": {
"streetAddress": "4 Minster Court",
"locality": "Camberley",
"postalCode": "GU15 3YY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ25"
},
"contactPoint": {
"email": "seyi@vidasupportedliving.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://vidasupportedliving.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PBJT-4885-JMPN",
"name": "True Nest Care Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PBJT-4885-JMPN"
},
"address": {
"streetAddress": "51 Princes Street",
"locality": "Ipswich Suffolk",
"postalCode": "IP1 1UR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "info@truenestcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://truenestcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-02215899",
"name": "VOYAGE 1 LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02215899"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPZJ-9958-TVMY"
}
],
"address": {
"streetAddress": "Voyage Care Wall Island",
"locality": "Lichfield",
"postalCode": "WS14 0QP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG24"
},
"contactPoint": {
"email": "Tendering@voyagecare.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.voyagecare.com/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13523548",
"name": "WARREN HOMECARE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13523548"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNDQ-1347-QHWT"
}
],
"address": {
"streetAddress": "1 Wallis Court James Carter Road",
"locality": "Bury St. Edmunds",
"postalCode": "IP28 7DD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH14"
},
"contactPoint": {
"email": "whc@warrenhomecare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.warrenhomecare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-03353584",
"name": "WESTMINSTER HOMECARE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03353584"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBLL-1124-PDZZ"
}
],
"address": {
"streetAddress": "22 Church Road",
"locality": "Tunbridge Wells",
"postalCode": "TN1 1JP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
},
"contactPoint": {
"email": "bidteam@ceracare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.whc.uk.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08942152",
"name": "WHITNEL CARE UK LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08942152"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPGR-6191-XJXX"
}
],
"address": {
"streetAddress": "4 Darwin House",
"locality": "Corby",
"postalCode": "NN17 5JG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF25"
},
"contactPoint": {
"email": "info@whitnelcare.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.whitnelcare.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier",
"identifier": {
"scheme": "GB-PPON",
"id": "PMWP-8866-RJWR"
},
"address": {
"streetAddress": "County Hall",
"locality": "Chelmsford",
"postalCode": "CM1 1QH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"email": "liveathome@essex.gov.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PWVM-4844-NRQH",
"name": "Essex County Council"
},
"planning": {
"noEngagementNoticeRationale": "A preliminary market engagement notice was not published because it was undertaken before the commencement of the Procurement Act 2023. A summary of the preliminary market engagement undertaken can be found at - https://www.essexproviderhub.org/domiciliary-care-hub/home-care/home-care-commissioning-intentions/"
},
"tender": {
"id": "1038",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Live at Home 2025",
"description": "THE CONTRACT AWARD DETAILS ARE SET OUT AT THE FOLLOWING URL - https://www.essexproviderhub.org/domiciliary-care-hub/home-care/contract-award-notice-live-at-home-2025/ 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 will cover 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.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11"
},
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12"
}
],
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This is a single tender round undertaken in four (4) stages. The first stage is the Condition of Participation stage. Bidders that pass this stage will be appointed to the framework as a Tier 2 Provider in their chosen lot(s) (subject to the Councils governance process) and will be ranked as per the Tier 2 award criteria. The second stage is for providers bidding to join Tier 1. In this stage providers will be required to respond to Questions 1A and 1B (Safeguarding). Responses will be assessed on a scale of 0-5 and bidders will be required to achieve a minimum of score of 2 out of 5 for each question (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 . The third stage is for providers bidding to join Tier 1. In this stage providers will be required to respond to a number of technical questions (Questions 2 - 8 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 & 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. The fourth stage is a film submission and responses will be assessed on a scale of 0-5 with providers being required to achieve a minimum of score of 3 out of 5 for their film submission to be eligible to join Tier 1. Providers that do not progress from this stage will be awarded a place on the framework as a Tier 2 Provider in their chosen lot(s) and will be ranked indicated as per the Tier 2 award criteria. The scores for the providers that were successful at this stage will be combined and weighted with their scores from stages 2 & 3 to determine an overall quality score. This will be combined with their price score to determine their overall score. The highest scoring bidder will be ranked at position 1 in their chosen lot and the second highest scoring provider will be ranked in position 2 and this is repeated until of the 10 available positions on Tier 1 in each LHRL have been filled. Providers that are eligible for Tier 1 but achieved below the 10th highest score will be appointed to Tier 2 and ranked according to the Tier 2 criteria. The Contracting Authority reserves the right to refine the award criteria prior to the time limit for receipt of tenders."
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "* NHS Suffolk and North East Essex Integrated Care Board * NHS Mid and South Essex Integrated Care Board * NHS Hertfordshire and West Essex Integrated Care Board * Any successors to these organisations",
"description": "The framework will consist of one lot for each of the 12 districts in Essex County Council's administrative area, to commission domiciliary care services to support the following client groups: Older People (age 65+), Adults with Learning Disabilities & Autism, Mental Health, Dementia and Physical / Sensory Impairments. Each lot will be separated into two tiers; Tier 1 and Tier 2 and will also be broken down into the following service types: Personal Support, Night Awake, Night Sleeping, 24 hour/live in care, Carers Support and Carers Break. Please note, the Chelmsford Lot will include services to be delivered within HMP Chelmsford. Bidders must select one (1) price point per service type, per lot from the pricing matrix. For inclusion on Tier 1 providers must satisfy minimum quality and financial criteria in addition to responding to a set of technical questions, from which the highest scoring bidders in each lot will be selected as stated in the tender documentation. For inclusion on Tier 2 providers must satisfy a set of minimum quality criteria as stated in the tender documentation. Once the framework has been established sourcing will be from a ranked lists of providers for individual care packages. The Council is also permitted to undertake mini-competitions to select providers to deliver groups of packages as to select providers to undertake pilots and news way of working. This Framework is not intended to operate as an Open Framework as defined in s49 of the Procurement Act 2023, and the Council does not intend to re-open the Framework to new entrants. However, the Council may elect to re-open the Framework to new entrants and undertake an LHRL Full Review Process (as detailed in the procurement documentation) where, in the Council's reasonable opinion, there is a dearth of supply.",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKH3"
]
}
}
]
}
},
"submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=0ee32fcd-73fe-ef11-8136-005056b64545",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-06-02T12:00:00+01:00",
"awardPeriod": {
"endDate": "2025-08-26T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Basildon",
"description": "Provision of domiciliary care services for adults (18+) in the Basildon Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "2",
"title": "Braintree",
"description": "Provision of domiciliary care services for adults (18+) in Braintree District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "3",
"title": "Brentwood",
"description": "Provision of domiciliary care services for adults (18+) in Brentwood Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "4",
"title": "Castle Point",
"description": "Provision of domiciliary care services for adults (18+) in Castle Point Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "5",
"title": "Chelmsford",
"description": "Provision of domiciliary care services for adults (18+) in the city and district of Chelmsford (including HMP Chelmsford). This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "6",
"title": "Colchester",
"description": "Provision of domiciliary care services for adults (18+) in Colchester Borough. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "7",
"title": "Epping Forest",
"description": "Provision of domiciliary care services for adults (18+) in Epping Forest District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "8",
"title": "Harlow",
"description": "Provision of domiciliary care services for adults (18+) in Harlow District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "9",
"title": "Maldon",
"description": "Provision of domiciliary care services for adults (18+) in Maldon District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "10",
"title": "Rochford",
"description": "Provision of domiciliary care services for adults (18+) in Rochford District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "11",
"title": "Tendring",
"description": "Provision of domiciliary care services for adults (18+) in Tendring District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
},
{
"id": "12",
"title": "Uttlesford",
"description": "Provision of domiciliary care services for adults (18+) in the Uttlesford District. This will be a two-tier lot with a limit of 10 Providers on Tier 1 in the district. There is no limit on the number that may join Tier 2. Both tiers will be ranked based on price and quality as indicated in the procurement documents. On commencement the sourcing process utilise ranked lists of Providers. The Council will 'call-off' from the lists in descending order of the ranking starting with position 1 of Tier 1. Where the adult stipulates a particular provider and that provider is on the LHRL, then the adult's choice may prevail, regardless of whether the provider is a Tier 1 Provider or a Tier 2 Provider and the adult will be placed with the stipulated provider.",
"status": "complete",
"value": {
"amountGross": 1500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As detailed in the tender documents.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"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, Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Medical Malpractice Insurance = PS250,000 (Treatment Liability Insurance will be accepted as an alternative)"
},
{
"type": "technical",
"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, Service types: Domiciliary care service Regulated activity: Personal care If a Bidder is CQC rated, this must be a published overall rating on the CQC website of at least 'Requires Improvement'. (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 'Inadequate' is excluded from this tender and, The Bidder should not have delivered a domiciliary care services contract that was terminated by the Council or another Contracting Authority prior to the contractual expiry date, or a current Director (listed on Companies House) has not had responsibility at another company that has delivered a domiciliary care services contract which was terminated by the Contracting Authority prior to the contractual expiry date. If the Bidder is a commercial organisation subject to the requirements of the Modern Slavery Act 2015, they must confirm that they are fully compliant of the act before award of the contract. The Bidder must not have had any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK). The Bidder must not have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). The Bidder must have a Health and Safety Policy that complies with current legislative requirements. The Bidder must be able to submit invoices and receive orders electronically. The Bidder must have a named manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level. The Bidder must have a current safeguarding policy that has been reviewed in the last two years, and has the following in place as a minimum standard: * A strategic and/or corporate plan that references safeguarding vulnerable adults/children/ * Adequately apportioned resources to meet safeguarding responsibilities; * Clear lines of accountability for staff through the organisation to named safeguarding person/s; * Systems in place to embed safeguarding across all commissioned/contracted services; * The organisation has a safeguarding adults/child policy and procedure in place that provides clear guidance on how to recognise and respond to abuse and is easily accessible and regularly updated; * Details of when to report to social care/police and timelines involved; * Guidance for staff, who work with your people or vulnerable adults with a disability (where applicable); * Policies for transporting young people or vulnerable adults where required; * Specifically for care of young people (residential/fostering), guidance for staff/carers regarding the management of the risk of sexual exploitation, young people missing from care, and how to manage bullying behaviour including social networking sites; * E-safety policies and procedures are in place for adults/young people/children and staff; * There is a complaints policy and procedure in place; * 'Whistle Blowing' procedures for staff to raise safeguarding concerns against colleagues or managers are clearly understood and correctly followed where required; * There is a procedure in place for managing abuse of vulnerable adults/child protection allegations made against staff. Including situations where the actions of an individual in their personal life may indicate that their behaviour could be a risk of harm to children they work with e.g. perpetrators of domestic violence, neglect or abuse of their own children; * For those aged 16 and over the organisation can demonstrate that consideration of the Mental Capacity Act (MCA) is an integral part of relevant decision making and safeguarding processes; * For those aged 18 and over the organisation can demonstrate that consideration of Deprivation of Liberty Safeguards (DoLS) is an integral part of relevant decision making and the safeguarding process. The Bidder must have a current safe recruitment policy which includes: * Evidence that the policy is up to date and covers how to recruit safely for staff who have contact with children/vulnerable adults and which follows ECC/LSCB/LSAB recruitment standards; * Human Resources and recruiting staff follow safe recruitment practices that demonstrate appropriate checks are carried out before staff are employed and induction and appraisal systems are in place; * Policies on when Disclosure and Barring Service checks are necessary; * Adherence to the Disclosure and Barring Service Referral process; * Requirement for job applications and interviews to be completed and recorded (face to face interviews). Verification of identify and qualifications, which can be evidenced by audit activity; * Professional and character references are obtained (requirement for 2 references); * Previous employment history is checked. Any anomalies or discrepancies are taken up; * Induction and supervision procedures are in place. The organisation has procedures to manage and record positive disclosures on DBS (CRB) checks; * The organisation has procedures in place state when cases should be referred to the DBS; * The organisations audits/quality assures its recruitment practice; * The organisation can demonstrate that agencies commissioned to provide services have safer recruitment in place; * Safer recruitment standards are embedded in those contracts, and adherence to these standards is checked as part of the contract management process. The Bidder must have a safeguarding training programme in place and that training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, please confirm that training is systematically evaluated and reviewed and impact outcomes used to improve future training programmes. The policy should include: * Safeguarding is mandatory and covered effectively within inductions for all staff who will have contact with children/families/vulnerable adults. It should cover familiarisation with safeguarding responsibilities and how to recognise and respond to possible abuse or neglect; * The induction includes the awareness of the complaints and \"whistle blowing\" procedures; * Training includes temporary/agency staff; * All members of staff who have contact with children/families/vulnerable adults have completed their safeguarding induction within the appropriate timescale; * There is effective supervision and support for staff engaged in safeguarding children/families/vulnerable adults work; * Safeguarding learning and development opportunities are provided to all staff at a level appropriate to their role; * The organisation ensures that all safeguarding training is suitable quality assured; * Learning from Serious Case Reviews (SCRs), Domestic Homicide Reviews (DHRs) and other safeguarding reviews and audits are disseminated and acted upon effectively; * The organisation responds to and learns from national and local developments and guidance relating to safeguarding children/vulnerable adults. The Bidder must complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. The strategy can be found at; https://www.essexproviderhub.org/the-essex-market/market-shaping-strategy-2023-2030/ (Please copy and paste the link into your browser to review the requirements prior to answering this question). The Bidder must have policies and procedures covering the following and they must be reviewed and monitored to ensure that they comply to local, national, regulatory and contractual standards * Business Continuity * Risk Management * Quality Assurance * Aims and Objectives of Services Provision * Disciplinary and Grievance * Whistleblowing * Compliments and Complaints * Mental Capacity Act * Deprivation of Liberty * Administration of Medication * Infection Control Where the Bidder does not meet any of the requirements set out in the Contract Termination, Equality and Diversity, Environmental, Health & Safety conditions, the Bidder will have the opportunity to provide details of any mitigating/remedial actions taken. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-10-12T00:00:00+01:00",
"endDate": "2031-10-11T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "009540-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009540-2025",
"datePublished": "2025-03-14T17:05:05Z",
"format": "text/html"
},
{
"id": "019527-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/019527-2025",
"datePublished": "2025-05-07T18:26:58+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11696513",
"name": "CARE QUALITY SERVICES LIMITED"
},
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"relatedLots": [
"1",
"2",
"3",
"4",
"5",
"6",
"7",
"8",
"9",
"10",
"11",
"12"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10573704",
"name": "1 OAK GROUP LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06620231",
"name": "1 STOP REC LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14249706",
"name": "1ST CENTRAL CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-8383683",
"name": "3HA LIMTED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "6",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14721205",
"name": "4Q HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "7",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13958388",
"name": "ABOUTME CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "8",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07237340",
"name": "ABUNDANT CARE & RECRUITMENT INT'L LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "9",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08272504",
"name": "ACCESS DIGNITY CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "10",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09261028",
"name": "ACE 24 HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "11",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15094193",
"name": "ACRUX SUPPORT SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "12",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14885905",
"name": "ADVANCE CAREPROVIDER LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "13",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11590407",
"name": "AEON NURSING LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "14",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05142064",
"name": "ALLFOR CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "15",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13408600",
"name": "XERUS CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "16",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10476327",
"name": "AMBAR CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "17",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13879931",
"name": "Angel Care Staffing Ltd Trading as WeCare Angels"
}
],
"relatedLots": [
"11"
]
},
{
"id": "18",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10426600",
"name": "ANGELS CARE SOLUTIONS LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "19",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10630254",
"name": "ASTAR HOMECARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "20",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14517831",
"name": "AVIBID LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "21",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12254797",
"name": "Beaumont Home Care Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "22",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14867022",
"name": "BERSIM CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "23",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13150495",
"name": "BHAWACARE SOLUTIONS CONSULTANCY LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "24",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12988944",
"name": "BK SOCIAL CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "25",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11939253",
"name": "BLOOMPAGE CONSULTING LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "26",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06491588",
"name": "BLOOMSBURY KG LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "27",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13499187",
"name": "BLOSSOM HIGH LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "28",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09894779",
"name": "BLUEBOARD CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "29",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10658743",
"name": "BS CARE MANAGEMENT SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "30",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06529960",
"name": "BUTTERFLYS CARE HOMES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "31",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09862147",
"name": "Care Givers Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "32",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15716930",
"name": "CARE PACKAGE PLUS LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "33",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09520421",
"name": "CAREAID LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "34",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12364140",
"name": "CARELAND HEALTHCARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "35",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08491438",
"name": "CAREROSE CARES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "36",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12658235",
"name": "Carers Hive Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "37",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10384661",
"name": "CARING HANDS EAST LONDON LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "38",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11151051",
"name": "CARING HEARTS (ESSEX) LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "39",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14611389",
"name": "CHIME CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "40",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06783750",
"name": "CHINITE RESOURCING LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "41",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-2666470",
"name": "Christies Care Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "42",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11822524",
"name": "CK2CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "43",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12601456",
"name": "CKM CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "44",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11700150",
"name": "Clay Brook Healthcare Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "45",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03058907",
"name": "CLOUD 9 CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "46",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13847717",
"name": "Colchester HomeCare LTD North Essex Branch"
}
],
"relatedLots": [
"11"
]
},
{
"id": "47",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07137087",
"name": "CONSTABLE CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "48",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08881437",
"name": "COURAGE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "49",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10456720",
"name": "CROSSPATH CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "50",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11879445",
"name": "CROWN46 COMPANY LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "51",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08419484",
"name": "DAMORCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "52",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14858207",
"name": "DAREM HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "53",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11441475",
"name": "DE VERE CARE PARTNERSHIP LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "54",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-SC364247",
"name": "DELIGHT SUPPORTED LIVING LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "55",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12254439",
"name": "DEWAY CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "56",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15306710",
"name": "DIANA'S QUALITY CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "57",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12982083",
"name": "Dion Care Services Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "58",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12651295",
"name": "DISTINGUISHED.WORLD LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "59",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09951996",
"name": "DIVINE COMMUNITY CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "60",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10758552",
"name": "DRURY HEALTHCARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "61",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07918676",
"name": "ECARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "62",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09797432",
"name": "EFFICIENCY-FOR CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "63",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02665898",
"name": "ENS RECRUITMENT LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "64",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04315442",
"name": "ESSEX AND SUFFOLK QUALITY CARE LTD."
}
],
"relatedLots": [
"11"
]
},
{
"id": "65",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12000345",
"name": "EVJ HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "66",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12807962",
"name": "EZZE HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "67",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12554148",
"name": "FAITH HOME CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "68",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13766552",
"name": "FAITHS CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "69",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11494824",
"name": "FAMILYA CARE SERVICES LTD."
}
],
"relatedLots": [
"11"
]
},
{
"id": "70",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13744865",
"name": "FILCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "71",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07332482",
"name": "FIRSTCHOICE CONSULTANCY LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "72",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06719916",
"name": "FIRSTPOINT HOMECARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "73",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14656071",
"name": "FOUNTAIN CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "74",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05313203",
"name": "FRANTEC LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "75",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05100937",
"name": "GATEWAY CARE SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "76",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12992789",
"name": "GILEAD COMPLETE CARE GROUP LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "77",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08841814",
"name": "GLEE CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "78",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08782207",
"name": "GLENAVON CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "79",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11112224",
"name": "GOOD LIFE CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "80",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13039554",
"name": "GRACEAGE CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "81",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12819308",
"name": "GRACEFUL HANDS CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "82",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05081894",
"name": "H.O.P.E. SUPERJOBS LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "83",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14568843",
"name": "HERE-TO-SERVE (HTS) CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "84",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10299873",
"name": "HERITAGE CARE PLACE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "85",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-8963028",
"name": "Heritage Staffing Services Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "86",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09305195",
"name": "HOME SWEET HOME CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "87",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13319849",
"name": "HOMELIUM CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "88",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09158639",
"name": "IMMEDIATE MEDICAL SOLUTIONS LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "89",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14473041",
"name": "INFIGO CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "90",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11420414",
"name": "INTEGRATED KARE SOLUTIONS LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "91",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13829956",
"name": "INTEGRATED SUPPORT SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "92",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13486530",
"name": "JCM CARE SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "93",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03423766",
"name": "JOHN STANLEY'S CARE AGENCY LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "94",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12559026",
"name": "KAYOSKI CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "95",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08369578",
"name": "KINECT SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "96",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14167336",
"name": "KKD HEALTHCARE AND RECRUITMENT LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "97",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12427516",
"name": "KOME CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "98",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10841606",
"name": "LEARNING AND SUPPORT SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "99",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11089890",
"name": "Linmar Care"
}
],
"relatedLots": [
"11"
]
},
{
"id": "100",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14332066",
"name": "LIV HEALTHY CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "101",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02622175",
"name": "LIVING AMBITIONS LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "102",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10770946",
"name": "LORDGRACE DELIGHT HEALTHCARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "103",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11421065",
"name": "MARLYN RECRUITMENT LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "104",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11300282",
"name": "MERAKI UNIQUE CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "105",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08060409",
"name": "MERCURY CARE SERVICES LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "106",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15435053",
"name": "MERSEA HOMECARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "107",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10000764",
"name": "METRO HOMECARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "108",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11427405",
"name": "MICHAEL RGIS' CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "109",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04502399",
"name": "NAYLAND CARE AGENCY LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "110",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15356920",
"name": "YEMLISTER CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "111",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05512996",
"name": "NURSE PLUS AND CARER PLUS (UK) LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "112",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-05747614",
"name": "PALS LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "113",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12359476",
"name": "PARADISE CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "114",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10539985",
"name": "PASSION TREE CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "115",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09402492",
"name": "PCM HOMECARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "116",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-RS007741",
"name": "PEABODY TRUST"
}
],
"relatedLots": [
"11"
]
},
{
"id": "117",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07354221",
"name": "PEACE OF MIND HOME SUPPORT LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "118",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12084387",
"name": "PERSONAL CARE SUPPORT LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "119",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08258301",
"name": "PHARMENG LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "120",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12990350",
"name": "PLATINUM HOMECARE 4U LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "121",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07210515",
"name": "PORTFOLIO HOMECARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "122",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12881840",
"name": "PREMALD CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "123",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13434062",
"name": "PRESTIGE HEALTH & SOCIAL CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "124",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13400336",
"name": "PRESTIGE HOMECARE 24/7 LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "125",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10564282",
"name": "Prime Care Domiciliary Ltd"
}
],
"relatedLots": [
"11"
]
},
{
"id": "126",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09439203",
"name": "PROACTIVE MEDICARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "127",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13875919",
"name": "PURE HEALTH CARE PVT LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "128",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10502250",
"name": "QCM HEALTHCARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "129",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08044128",
"name": "RAYNET RECRUITMENT AGENCY LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "130",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15590328",
"name": "REVIVERISE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "131",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08400115",
"name": "RHYTHMIC CARE UK LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "132",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15051676",
"name": "ROSEBERRY KARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "133",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09954452",
"name": "ROSSYCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "134",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07468421",
"name": "RUMAX LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "135",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-09032501",
"name": "SATELLITE HEALTH CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "136",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10796052",
"name": "SAXON HEALTHCARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "137",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04427633",
"name": "SERVOCA NURSING & CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "138",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13500680",
"name": "SHELAGH CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "139",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12291383",
"name": "SHINDORE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "140",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07555527",
"name": "Social Care Consortium"
}
],
"relatedLots": [
"11"
]
},
{
"id": "141",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14708654",
"name": "SPRING SUCCESS HOME CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "142",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14011802",
"name": "SRP HOMECARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "143",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12440509",
"name": "ST HELENA CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "144",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04893415",
"name": "STAR ANGEL CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "145",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12726199",
"name": "STIVIC CARE SERVICES LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "146",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15020357",
"name": "SWL CARE HAVEN LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "147",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-10537608",
"name": "TEHY CARE GROUP LTD."
}
],
"relatedLots": [
"11"
]
},
{
"id": "148",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08700259",
"name": "Tendring Care"
}
],
"relatedLots": [
"11"
]
},
{
"id": "149",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-06795987",
"name": "THERA EAST"
}
],
"relatedLots": [
"11"
]
},
{
"id": "150",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-11192588",
"name": "TREAL CARE UK LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "151",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12884256",
"name": "TRING CARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "152",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15497897",
"name": "UNIQUE OPTION HEALTHCARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "153",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-15070436",
"name": "UNIVERSAL POINT OF CARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "154",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07462140",
"name": "VERITY HEALTHCARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "155",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-14515193",
"name": "VIDA SUPPORTED LIVING LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "156",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PBJT-4885-JMPN",
"name": "True Nest Care Limited"
}
],
"relatedLots": [
"11"
]
},
{
"id": "157",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02215899",
"name": "VOYAGE 1 LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "158",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13523548",
"name": "WARREN HOMECARE LTD"
}
],
"relatedLots": [
"11"
]
},
{
"id": "159",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03353584",
"name": "WESTMINSTER HOMECARE LIMITED"
}
],
"relatedLots": [
"11"
]
},
{
"id": "160",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08942152",
"name": "WHITNEL CARE UK LTD"
}
],
"relatedLots": [
"11"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 276,
"relatedLot": "1"
},
{
"id": "2",
"measure": "bids",
"value": 212,
"relatedLot": "2"
},
{
"id": "3",
"measure": "bids",
"value": 269,
"relatedLot": "3"
},
{
"id": "4",
"measure": "bids",
"value": 212,
"relatedLot": "4"
},
{
"id": "5",
"measure": "bids",
"value": 277,
"relatedLot": "5"
},
{
"id": "6",
"measure": "bids",
"value": 205,
"relatedLot": "6"
},
{
"id": "7",
"measure": "bids",
"value": 216,
"relatedLot": "7"
},
{
"id": "8",
"measure": "bids",
"value": 203,
"relatedLot": "8"
},
{
"id": "9",
"measure": "bids",
"value": 196,
"relatedLot": "9"
},
{
"id": "10",
"measure": "bids",
"value": 202,
"relatedLot": "10"
},
{
"id": "11",
"measure": "bids",
"value": 160,
"relatedLot": "11"
},
{
"id": "12",
"measure": "bids",
"value": 147,
"relatedLot": "12"
},
{
"id": "13",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "14",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "15",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "16",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "17",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "18",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "19",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "20",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "21",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "22",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "23",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "4"
},
{
"id": "24",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "4"
},
{
"id": "25",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "5"
},
{
"id": "26",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "5"
},
{
"id": "27",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "5"
},
{
"id": "28",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "6"
},
{
"id": "29",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "6"
},
{
"id": "30",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "6"
},
{
"id": "31",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "7"
},
{
"id": "32",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "7"
},
{
"id": "33",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "7"
},
{
"id": "34",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "8"
},
{
"id": "35",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "8"
},
{
"id": "36",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "8"
},
{
"id": "37",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "9"
},
{
"id": "38",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "9"
},
{
"id": "39",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "9"
},
{
"id": "40",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "10"
},
{
"id": "41",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "10"
},
{
"id": "42",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "10"
},
{
"id": "43",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "11"
},
{
"id": "44",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "11"
},
{
"id": "45",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "11"
},
{
"id": "46",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "12"
},
{
"id": "47",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "12"
},
{
"id": "48",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "12"
}
]
},
"awards": [
{
"id": "1",
"title": "Tendring",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-11696513",
"name": "CARE QUALITY SERVICES LIMITED"
},
{
"id": "GB-COH-10573704",
"name": "1 OAK GROUP LIMITED"
},
{
"id": "GB-COH-06620231",
"name": "1 STOP REC LIMITED"
},
{
"id": "GB-COH-14249706",
"name": "1ST CENTRAL CARE LTD"
},
{
"id": "GB-COH-8383683",
"name": "3HA LIMTED"
},
{
"id": "GB-COH-14721205",
"name": "4Q HEALTHCARE LTD"
},
{
"id": "GB-COH-13958388",
"name": "ABOUTME CARE SERVICES LTD"
},
{
"id": "GB-COH-07237340",
"name": "ABUNDANT CARE & RECRUITMENT INT'L LTD"
},
{
"id": "GB-COH-08272504",
"name": "ACCESS DIGNITY CARE LIMITED"
},
{
"id": "GB-COH-09261028",
"name": "ACE 24 HEALTHCARE LTD"
},
{
"id": "GB-COH-15094193",
"name": "ACRUX SUPPORT SERVICES LIMITED"
},
{
"id": "GB-COH-14885905",
"name": "ADVANCE CAREPROVIDER LIMITED"
},
{
"id": "GB-COH-11590407",
"name": "AEON NURSING LTD"
},
{
"id": "GB-COH-05142064",
"name": "ALLFOR CARE SERVICES LTD"
},
{
"id": "GB-COH-13408600",
"name": "XERUS CARE LTD"
},
{
"id": "GB-COH-10476327",
"name": "AMBAR CARE LTD"
},
{
"id": "GB-COH-13879931",
"name": "Angel Care Staffing Ltd Trading as WeCare Angels"
},
{
"id": "GB-COH-10426600",
"name": "ANGELS CARE SOLUTIONS LIMITED"
},
{
"id": "GB-COH-10630254",
"name": "ASTAR HOMECARE LTD"
},
{
"id": "GB-COH-14517831",
"name": "AVIBID LIMITED"
},
{
"id": "GB-COH-12254797",
"name": "Beaumont Home Care Limited"
},
{
"id": "GB-COH-14867022",
"name": "BERSIM CARE LTD"
},
{
"id": "GB-COH-13150495",
"name": "BHAWACARE SOLUTIONS CONSULTANCY LIMITED"
},
{
"id": "GB-COH-12988944",
"name": "BK SOCIAL CARE LIMITED"
},
{
"id": "GB-COH-11939253",
"name": "BLOOMPAGE CONSULTING LIMITED"
},
{
"id": "GB-COH-06491588",
"name": "BLOOMSBURY KG LIMITED"
},
{
"id": "GB-COH-13499187",
"name": "BLOSSOM HIGH LIMITED"
},
{
"id": "GB-COH-09894779",
"name": "BLUEBOARD CARE SERVICES LTD"
},
{
"id": "GB-COH-10658743",
"name": "BS CARE MANAGEMENT SERVICES LIMITED"
},
{
"id": "GB-COH-06529960",
"name": "BUTTERFLYS CARE HOMES LTD"
},
{
"id": "GB-COH-09862147",
"name": "Care Givers Limited"
},
{
"id": "GB-COH-15716930",
"name": "CARE PACKAGE PLUS LIMITED"
},
{
"id": "GB-COH-09520421",
"name": "CAREAID LIMITED"
},
{
"id": "GB-COH-12364140",
"name": "CARELAND HEALTHCARE SERVICES LTD"
},
{
"id": "GB-COH-08491438",
"name": "CAREROSE CARES LIMITED"
},
{
"id": "GB-COH-12658235",
"name": "Carers Hive Limited"
},
{
"id": "GB-COH-10384661",
"name": "CARING HANDS EAST LONDON LTD"
},
{
"id": "GB-COH-11151051",
"name": "CARING HEARTS (ESSEX) LTD"
},
{
"id": "GB-COH-14611389",
"name": "CHIME CARE LIMITED"
},
{
"id": "GB-COH-06783750",
"name": "CHINITE RESOURCING LIMITED"
},
{
"id": "GB-COH-2666470",
"name": "Christies Care Limited"
},
{
"id": "GB-COH-11822524",
"name": "CK2CARE LIMITED"
},
{
"id": "GB-COH-12601456",
"name": "CKM CARE LTD"
},
{
"id": "GB-COH-11700150",
"name": "Clay Brook Healthcare Limited"
},
{
"id": "GB-COH-03058907",
"name": "CLOUD 9 CARE LIMITED"
},
{
"id": "GB-COH-13847717",
"name": "Colchester HomeCare LTD North Essex Branch"
},
{
"id": "GB-COH-07137087",
"name": "CONSTABLE CARE LTD"
},
{
"id": "GB-COH-08881437",
"name": "COURAGE LIMITED"
},
{
"id": "GB-COH-10456720",
"name": "CROSSPATH CARE LTD"
},
{
"id": "GB-COH-11879445",
"name": "CROWN46 COMPANY LTD"
},
{
"id": "GB-COH-08419484",
"name": "DAMORCARE LTD"
},
{
"id": "GB-COH-14858207",
"name": "DAREM HEALTHCARE LTD"
},
{
"id": "GB-COH-11441475",
"name": "DE VERE CARE PARTNERSHIP LTD"
},
{
"id": "GB-COH-SC364247",
"name": "DELIGHT SUPPORTED LIVING LTD"
},
{
"id": "GB-COH-12254439",
"name": "DEWAY CARE LIMITED"
},
{
"id": "GB-COH-15306710",
"name": "DIANA'S QUALITY CARE LTD"
},
{
"id": "GB-COH-12982083",
"name": "Dion Care Services Limited"
},
{
"id": "GB-COH-12651295",
"name": "DISTINGUISHED.WORLD LTD"
},
{
"id": "GB-COH-09951996",
"name": "DIVINE COMMUNITY CARE LIMITED"
},
{
"id": "GB-COH-10758552",
"name": "DRURY HEALTHCARE LIMITED"
},
{
"id": "GB-COH-07918676",
"name": "ECARE LTD"
},
{
"id": "GB-COH-09797432",
"name": "EFFICIENCY-FOR CARE LIMITED"
},
{
"id": "GB-COH-02665898",
"name": "ENS RECRUITMENT LIMITED"
},
{
"id": "GB-COH-04315442",
"name": "ESSEX AND SUFFOLK QUALITY CARE LTD."
},
{
"id": "GB-COH-12000345",
"name": "EVJ HEALTHCARE LTD"
},
{
"id": "GB-COH-12807962",
"name": "EZZE HEALTHCARE LTD"
},
{
"id": "GB-COH-12554148",
"name": "FAITH HOME CARE LTD"
},
{
"id": "GB-COH-13766552",
"name": "FAITHS CARE LTD"
},
{
"id": "GB-COH-11494824",
"name": "FAMILYA CARE SERVICES LTD."
},
{
"id": "GB-COH-13744865",
"name": "FILCARE LTD"
},
{
"id": "GB-COH-07332482",
"name": "FIRSTCHOICE CONSULTANCY LTD"
},
{
"id": "GB-COH-06719916",
"name": "FIRSTPOINT HOMECARE LIMITED"
},
{
"id": "GB-COH-14656071",
"name": "FOUNTAIN CARE SERVICES LTD"
},
{
"id": "GB-COH-05313203",
"name": "FRANTEC LIMITED"
},
{
"id": "GB-COH-05100937",
"name": "GATEWAY CARE SERVICES LIMITED"
},
{
"id": "GB-COH-12992789",
"name": "GILEAD COMPLETE CARE GROUP LIMITED"
},
{
"id": "GB-COH-08841814",
"name": "GLEE CARE LTD"
},
{
"id": "GB-COH-08782207",
"name": "GLENAVON CARE LIMITED"
},
{
"id": "GB-COH-11112224",
"name": "GOOD LIFE CARE LIMITED"
},
{
"id": "GB-COH-13039554",
"name": "GRACEAGE CARE LTD"
},
{
"id": "GB-COH-12819308",
"name": "GRACEFUL HANDS CARE LTD"
},
{
"id": "GB-COH-05081894",
"name": "H.O.P.E. SUPERJOBS LIMITED"
},
{
"id": "GB-COH-14568843",
"name": "HERE-TO-SERVE (HTS) CARE LTD"
},
{
"id": "GB-COH-10299873",
"name": "HERITAGE CARE PLACE LIMITED"
},
{
"id": "GB-COH-8963028",
"name": "Heritage Staffing Services Limited"
},
{
"id": "GB-COH-09305195",
"name": "HOME SWEET HOME CARE LIMITED"
},
{
"id": "GB-COH-13319849",
"name": "HOMELIUM CARE LTD"
},
{
"id": "GB-COH-09158639",
"name": "IMMEDIATE MEDICAL SOLUTIONS LTD"
},
{
"id": "GB-COH-14473041",
"name": "INFIGO CARE LIMITED"
},
{
"id": "GB-COH-11420414",
"name": "INTEGRATED KARE SOLUTIONS LIMITED"
},
{
"id": "GB-COH-13829956",
"name": "INTEGRATED SUPPORT SERVICES LTD"
},
{
"id": "GB-COH-13486530",
"name": "JCM CARE SERVICES LIMITED"
},
{
"id": "GB-COH-03423766",
"name": "JOHN STANLEY'S CARE AGENCY LIMITED"
},
{
"id": "GB-COH-12559026",
"name": "KAYOSKI CARE LTD"
},
{
"id": "GB-COH-08369578",
"name": "KINECT SERVICES LIMITED"
},
{
"id": "GB-COH-14167336",
"name": "KKD HEALTHCARE AND RECRUITMENT LIMITED"
},
{
"id": "GB-COH-12427516",
"name": "KOME CARE LTD"
},
{
"id": "GB-COH-10841606",
"name": "LEARNING AND SUPPORT SERVICES LIMITED"
},
{
"id": "GB-COH-11089890",
"name": "Linmar Care"
},
{
"id": "GB-COH-14332066",
"name": "LIV HEALTHY CARE LIMITED"
},
{
"id": "GB-COH-02622175",
"name": "LIVING AMBITIONS LIMITED"
},
{
"id": "GB-COH-10770946",
"name": "LORDGRACE DELIGHT HEALTHCARE LIMITED"
},
{
"id": "GB-COH-11421065",
"name": "MARLYN RECRUITMENT LTD"
},
{
"id": "GB-COH-11300282",
"name": "MERAKI UNIQUE CARE LIMITED"
},
{
"id": "GB-COH-08060409",
"name": "MERCURY CARE SERVICES LIMITED"
},
{
"id": "GB-COH-15435053",
"name": "MERSEA HOMECARE LIMITED"
},
{
"id": "GB-COH-10000764",
"name": "METRO HOMECARE LTD"
},
{
"id": "GB-COH-11427405",
"name": "MICHAEL RGIS' CARE LTD"
},
{
"id": "GB-COH-04502399",
"name": "NAYLAND CARE AGENCY LTD"
},
{
"id": "GB-COH-15356920",
"name": "YEMLISTER CARE LIMITED"
},
{
"id": "GB-COH-05512996",
"name": "NURSE PLUS AND CARER PLUS (UK) LIMITED"
},
{
"id": "GB-COH-05747614",
"name": "PALS LTD"
},
{
"id": "GB-COH-12359476",
"name": "PARADISE CARE LTD"
},
{
"id": "GB-COH-10539985",
"name": "PASSION TREE CARE SERVICES LTD"
},
{
"id": "GB-COH-09402492",
"name": "PCM HOMECARE LIMITED"
},
{
"id": "GB-COH-RS007741",
"name": "PEABODY TRUST"
},
{
"id": "GB-COH-07354221",
"name": "PEACE OF MIND HOME SUPPORT LIMITED"
},
{
"id": "GB-COH-12084387",
"name": "PERSONAL CARE SUPPORT LTD"
},
{
"id": "GB-COH-08258301",
"name": "PHARMENG LTD"
},
{
"id": "GB-COH-12990350",
"name": "PLATINUM HOMECARE 4U LIMITED"
},
{
"id": "GB-COH-07210515",
"name": "PORTFOLIO HOMECARE LIMITED"
},
{
"id": "GB-COH-12881840",
"name": "PREMALD CARE LTD"
},
{
"id": "GB-COH-13434062",
"name": "PRESTIGE HEALTH & SOCIAL CARE LIMITED"
},
{
"id": "GB-COH-13400336",
"name": "PRESTIGE HOMECARE 24/7 LTD"
},
{
"id": "GB-COH-10564282",
"name": "Prime Care Domiciliary Ltd"
},
{
"id": "GB-COH-09439203",
"name": "PROACTIVE MEDICARE LIMITED"
},
{
"id": "GB-COH-13875919",
"name": "PURE HEALTH CARE PVT LTD"
},
{
"id": "GB-COH-10502250",
"name": "QCM HEALTHCARE LIMITED"
},
{
"id": "GB-COH-08044128",
"name": "RAYNET RECRUITMENT AGENCY LTD"
},
{
"id": "GB-COH-15590328",
"name": "REVIVERISE LTD"
},
{
"id": "GB-COH-08400115",
"name": "RHYTHMIC CARE UK LTD"
},
{
"id": "GB-COH-15051676",
"name": "ROSEBERRY KARE LIMITED"
},
{
"id": "GB-COH-09954452",
"name": "ROSSYCARE LTD"
},
{
"id": "GB-COH-07468421",
"name": "RUMAX LIMITED"
},
{
"id": "GB-COH-09032501",
"name": "SATELLITE HEALTH CARE LIMITED"
},
{
"id": "GB-COH-10796052",
"name": "SAXON HEALTHCARE LTD"
},
{
"id": "GB-COH-04427633",
"name": "SERVOCA NURSING & CARE LIMITED"
},
{
"id": "GB-COH-13500680",
"name": "SHELAGH CARE SERVICES LTD"
},
{
"id": "GB-COH-12291383",
"name": "SHINDORE LIMITED"
},
{
"id": "GB-COH-07555527",
"name": "Social Care Consortium"
},
{
"id": "GB-COH-14708654",
"name": "SPRING SUCCESS HOME CARE LIMITED"
},
{
"id": "GB-COH-14011802",
"name": "SRP HOMECARE LTD"
},
{
"id": "GB-COH-12440509",
"name": "ST HELENA CARE SERVICES LTD"
},
{
"id": "GB-COH-04893415",
"name": "STAR ANGEL CARE LIMITED"
},
{
"id": "GB-COH-12726199",
"name": "STIVIC CARE SERVICES LTD"
},
{
"id": "GB-COH-15020357",
"name": "SWL CARE HAVEN LTD"
},
{
"id": "GB-COH-10537608",
"name": "TEHY CARE GROUP LTD."
},
{
"id": "GB-COH-08700259",
"name": "Tendring Care"
},
{
"id": "GB-COH-06795987",
"name": "THERA EAST"
},
{
"id": "GB-COH-11192588",
"name": "TREAL CARE UK LIMITED"
},
{
"id": "GB-COH-12884256",
"name": "TRING CARE LIMITED"
},
{
"id": "GB-COH-15497897",
"name": "UNIQUE OPTION HEALTHCARE LIMITED"
},
{
"id": "GB-COH-15070436",
"name": "UNIVERSAL POINT OF CARE LTD"
},
{
"id": "GB-COH-07462140",
"name": "VERITY HEALTHCARE LIMITED"
},
{
"id": "GB-COH-14515193",
"name": "VIDA SUPPORTED LIVING LIMITED"
},
{
"id": "GB-PPON-PBJT-4885-JMPN",
"name": "True Nest Care Limited"
},
{
"id": "GB-COH-02215899",
"name": "VOYAGE 1 LIMITED"
},
{
"id": "GB-COH-13523548",
"name": "WARREN HOMECARE LTD"
},
{
"id": "GB-COH-03353584",
"name": "WESTMINSTER HOMECARE LIMITED"
},
{
"id": "GB-COH-08942152",
"name": "WHITNEL CARE UK LTD"
}
],
"items": [
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11"
}
],
"standstillPeriod": {
"endDate": "2025-10-06T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"11"
],
"documents": [
{
"id": "059916-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/059916-2025",
"datePublished": "2025-09-25T23:58:19+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-07T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "2",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "3",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"2"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "4",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"3"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "5",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"4"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "6",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"5"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "7",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"6"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "8",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"7"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "9",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"8"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "10",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"9"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "11",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH37",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"10"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "12",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH34",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"11"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "13",
"status": "pending",
"date": "2025-09-25T00:00:00+01:00",
"value": {
"amountGross": 125000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PMWP-8866-RJWR",
"name": "ECC Dummy Supplier"
}
],
"items": [
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
}
],
"deliveryAddresses": [
{
"region": "UKH35",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12"
}
],
"standstillPeriod": {
"endDate": "2025-10-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-11-09T00:00:00Z",
"endDate": "2031-11-08T23:59:59Z"
},
"hasOptions": true,
"options": {
"description": "Mini-competitions may be used for example to select providers to deliver specialist packages, to deliver groups of packages and to select providers to undertake pilots and news way of working."
},
"relatedLots": [
"12"
],
"documents": [
{
"id": "062349-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062349-2025",
"datePublished": "2025-10-03T23:43:37+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-25T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-15T23:59:59+01:00",
"status": "scheduled"
}
]
}
]
}