Tender

0762 Specialist Adoption and SGO Support Services

  • Essex County Council
  • Suffolk County Council
  • Thurrock District Council

F02: Contract notice

Notice identifier: 2021/S 000-002389

Procurement identifier (OCID): ocds-h6vhtk-0290bc

Published 5 February 2021, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Jeanette Smith

Email

jeanette.smith@essex.gov.uk

Telephone

+44 3330321157

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.proactisplaza.com/

Buyer's address

https://www.essex.gov.uk

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

Email

catherine.biedul@suffolk.gov.uk

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://www.suffolk.gov.uk/

one.1) Name and addresses

Thurrock District Council

Civic Offices, New Road

Grays

RM17 6SL

Email

PMcCullough@thurrock.gov.uk

Country

United Kingdom

NUTS code

UKH32 - Thurrock

Internet address(es)

Main address

https://www.thurrock.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.proactisplaza.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

0762 Specialist Adoption and SGO Support Services

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Essex (ECC), Thurrock and Suffolk (SCC) County Council are seeking to secure a range of good quality

providers to deliver support services to adoptive and SGO families. This is to meet statutory duties to provide

adoption and SGO support services. The overarching aims of creating a framework are:

•to promote sufficiency and capacity of quality services across Essex, Thurrock and Suffolk local

•to improve the stability, resilience and wellbeing of adoptive and SGO families and meet their

therapeutic needs

• to have a compliant mechanism to purchase a variety of specialist therapeutic services

• To use funding available for these services including the Adoption Support Fund as effectively and efficiently

as possible

two.1.5) Estimated total value

Value excluding VAT: £4,968,920

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Not applicable

two.2) Description

two.2.1) Title

Training

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Training is expected to cover a wide range of skills and approaches as identified within a family individual plan

and the most common types of training required are listed below. All training offered should: be delivered by

suitably qualified trainers with subject specialism; be clearly focused on meeting the needs and circumstances of adoptive and SGO families; be planned and delivered to timescales agreed with each adoption team;

feedback from all course attendees should be sought for each course and given to each LA.

This lot includes the following types of training but is not limited to:

1.1. Non Violent Resistance

1.2. Attachment

1.3. Matching

1.4. Transitions

1.5. Theraplay

1.6. Communicating and connecting

1.7. Life story

1.8. Contact

1.9. Friends and family

1.10. PACE

1.11. Therapeutic parenting

1.12 Safer Stronger Adoptive Families

1.13 Secure Base /Safebase parenting program

1.14 The Great Behaviour Breakdown Program

1.15 Therapeutic Crisis Intervention for Families (TCIF)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Candidates are advised that this framework will incorporate a refresh mechanism to enable new entrants to apply to join the framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Therapeutic Intervenion

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Therapeutic intervention will be wide ranging in order to meet individual needs but should be evidence based

and in line with therapies listed under the ASF. They must be tailored to meet the needs and circumstances of

adoptive and SGO families and planned and delivered to timescales agreed with each adoption team.

This lot includes the following types of therapeutic intervention but is not limited to:

2.1 Art therapy

2.2 Dance movement therapy

2.3 Yoga

2.4 Music therapy

2.5 Play therapy

2.6 Group-based art or play therapy

2.7 Filial therapy

2.8 Lego Therapy

2.9 Cognitive behavioral therapy (CBT)

2.10 Dialectical behavioral therapy (DBT)

2.11 Eye movement desensitisation and reprocessing (EMDR)

2.12 Internal Families System Therapy

2.13 Reducing anxiety management plan (RAMP)

2.14 Sensory Integration Processing Therapy or therapeutic listining Programme

2.15 Cognitive Therapy

2.16 Education Psychotherapy

2.17 Group Based Art or Play Therapy

2.18 Attachment Therapy

2.19 Dyadic Developmental Psychotherapy (DDP)

2.20 Child to Parent Violence (CPV) Individual Based Programme

2.21 Multi-systemic family therapy

2.22 Systemic family therapy

2.23 Psychodynamic therapy

2.24 Theraplay

2.25 Koru Project

2.26 Therapeutic life story work for the child

2.27 Individual psychological therapy

2.28 Drama Therapy

2.29 Neuro-integration system therapy (NIS)Psychoanalytical therapy

2.30 Video-feedback intervention to promote positive parenting and sensitive discipline (VIPP-SD)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Candidates are advised that this framework will incorporate a refresh mechanism to enable new entrants to apply to join the framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Specialist Assessments

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Following a social work assessment of support needs, there are occasions when a specialist assessment is

indicated. Providers will deliver robust clinical assessment of children and young people's developmental trauma

and attachment. All assessments provided should be delivered by suitably qualified trainers and planned and

delivered to timescales agreed with each adoption team. The assessments that this service will provide include,

but are not limited to, the following:

3.1. Comprehensive systemic family assessments

3.2. Psychological & psychiatric assessments

3.3. Assessments of therapeutic needs

3.4. Assessments of contact needs

3.5. Sensory integration/occupational therapy assessments

3.6. Multi-disciplinary assessments

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Candidates are advised that this framework will incorporate a refresh mechanism to enable new entrants to apply to join the framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Short breaks

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

Short breaks commissioned will include therapeutic breaks for the whole family or child only to provide

structured and supported time with the access to therapeutic services and an opportunity to develop peer

relationships with other adoptive and SGO families. Providers of breaks with be expected to work with the Local

Authority to provide a service that will meet the needs of the families referred.

4.1 Therapeutic Short Breaks

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Candidates are advised that this framework will incorporate a refresh mechanism to enable new entrants to apply to join the framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed within the tender documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 March 2021

Local time

12:00pm

Place

Via the Council's electronic sourcing portal, Proactis.

Information about authorised persons and opening procedure

The commercial officer will conduct the opening process via the functionality within the e-sourcing portal. No postal responses or any submissions which are issued outside the electronic portal will be accepted.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Candidates are welcome to bid for either single or multiple lots of this framework.

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom