Section one: Contracting authority
one.1) Name and addresses
DURHAM COUNTY COUNCIL
County Hall
DURHAM
DH15UL
Contact
Donna Iley
Country
United Kingdom
NUTS code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Regional Adoption Agency - Provider Panel for the Provision of Inter-agency Placements
Reference number
NEPO Reference DN524413
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Durham County Council is acting as the Lead Authority on behalf of the Regional Adoption Agency (RAA) known as Adopt Coast to Coast.
Adopt Coast to Coast consists of:
• Cumbria County Council
• Durham County Council
• Together for Children
The Members of the Adopt Coast to Coast are subject to change in accordance with the membership of Adopt Coast to Coast. Any members of Adopt Coast to Coast can access this provider panel.
The procurement will be conducted by the County Council of Durham on behalf of the Contracting Bodies of Adopt Coast to Coast.
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
two.2.4) Description of the procurement
This contract is for the Regional Adoption Agency known as Adopt Coast to Coast - Provider Panel for the Provision of Inter-agency placements.
This will be an open and flexible arrangement where at the discretion of the Council(s) the Panel can be re-opened to allow additional Providers to join the Provider Panel.
On initial opening we wish to appoint a maximum of five Providers to the panel. During the lifetime of the contract the maximum number of providers on the panel is subject to change.
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council(s) for Services from the Provider and that the Council(s) is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
Each Provider should understand that their submission constitutes an acceptance to the Council(s) terms of the Provider Panel Agreement and merely affords the Provider the opportunity to respond to an invitation from the Council(s) for the provision of services (Competed Call-Offs).
This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).
Please see tender documents at www.nepo.org reference DN524413 for full details of award criteria
two.2.6) Estimated value
Value excluding VAT: £5,500,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see tender documents at www.nepo.org reference DN524413 for full details of selection criteria
100% technical questions.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Please see procurement documents for full details.
Award criteria is 100% technical questions.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Prior Information Notice issued 10th March 2021 - 2021/S 000-004831
six.4) Procedures for review
six.4.1) Review body
The High Court of England & Wales
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority incorporated a standstill period at the point information of the award of the Contract was communicated to bidders. That notification provided full information on the award decision. The standstill period which was for a minimum of 10 calendar days, provided time for the unsuccessful bidder to challenge the award decision before the contract is entered into. The Public Regulations 2015 provide the aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).