Tender

Approved list of Independent Social workers and Expert Professionals

  • London Borough of Barnet

F02: Contract notice

Notice identifier: 2022/S 000-003989

Procurement identifier (OCID): ocds-h6vhtk-031630

Published 11 February 2022, 12:15pm



The closing date and time has been changed to:

23 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Barnet

2 Bristol Avenue

Colindale London

NW9 4EW

Email

procurement@barnet.gov.uk

Telephone

+44 2083597212

Country

United Kingdom

NUTS code

UKI71 - Barnet

Internet address(es)

Main address

www.barnetsourcing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA1146

one.2) Information about 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://barnetsourcing.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://barnetsourcing.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://barnetsourcing.co.uk/

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

Approved list of Independent Social workers and Expert Professionals

two.1.2) Main CPV code

  • 85310000 - Social work services

two.1.3) Type of contract

Services

two.1.4) Short description

“Title: Approved List of Independent Social Workers (ISW) and Expert Professionals.

The London Borough of Barnet wishes to procure an approved list of ISWs, also commonly referred to as ‘Expert Professionals’. The London Borough of Barnet carry out a significant number of social care assessments over an extended period, many of which are kept in-house and objective, where possible. However, there is a need to have a network of external expert professionals that can deliver timely assessments and share expertise, upon request of the Family Court, whilst exercising impartiality. The Approved List includes the following types of assessments:

Psychiatric, psychological & cognitive assessments

Specialist risk and parenting / Parenting Assessments Manuals Software assessments

Special guardianship order (SGO) connected persons (CP) & viability assessments

Fostering assessments

Age assessments for unaccompanied asylum-seeking children’s assessments

Should you experience technical difficulties with the portal please contact support@curtisfitchglobal.com explaining these and that they relate to this opportunity.”/

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI71 - Barnet
Main site or place of performance

London Borough of Barnet

two.2.4) Description of the procurement

“Title: Approved List of Independent Social Workers (ISW) and Expert Professionals.

The London Borough of Barnet wishes to procure an approved list of ISWs, also commonly referred to as ‘Expert Professionals’. The London Borough of Barnet carry out a significant number of social care assessments over an extended period, many of which are kept in-house and objective, where possible. However, there is a need to have a network of external expert professionals that can deliver timely assessments and share expertise, upon request of the Family Court, whilst exercising impartiality. The Approved List includes the following types of assessments:

Psychiatric, psychological & cognitive assessments

Specialist risk and parenting / Parenting Assessments Manuals Software assessments

Special guardianship order (SGO) connected persons (CP) & viability assessments

Fostering assessments

Age assessments for unaccompanied asylum-seeking children’s assessments

Should you experience technical difficulties with the portal please contact support@curtisfitchglobal.com explaining these and that they relate to this opportunity.”

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 30

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

12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

14 March 2022

Local time

12:00pm

Changed to:

Date

23 March 2022

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

14 March 2022

Local time

12:00pm

Place

London Borough Barnet

Information about authorised persons and opening procedure

Officers in accordance with Contract Procedure Rules


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

(MT Ref:225299)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit