Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Jeanette Smith
Telephone
+44 3330321157
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://www.proactisplaza.com/
Buyer's address
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
Ipswich
IP1 2BX
catherine.biedul@suffolk.gov.uk
Country
United Kingdom
NUTS code
UKH1 - East Anglia
Internet address(es)
Main address
one.1) Name and addresses
Thurrock District Council
Civic Offices, New Road
Grays
RM17 6SL
Country
United Kingdom
NUTS code
UKH32 - Thurrock
Internet address(es)
Main address
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