Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Mr John Sharman
Telephone
+44 3330137259
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
Ipswich
IP1 2BX
Contact
Catherine Biedul
catherine.biedul@suffolk.gov.uk
Country
United Kingdom
Region code
UKH1 - East Anglia
Internet address(es)
Main address
one.1) Name and addresses
Thurrock Council
Civic Offices, New Road,
Grays, Thurrock
RM17 6SL
Contact
Paula McCullough
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=2ee4fa0a-17c4-ed11-8120-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=2ee4fa0a-17c4-ed11-8120-005056b64545
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 Framework Re-Opening
Reference number
DN661174
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Introduction
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
The current framework has been live for one year, and we are looking to invite bidders to join the framework to increase the provider potential for our children and young people.
Scope of Services
Adopted children and those subject to a Special Guardianship Order often have moderate to complex mental health and emotional well-being needs. Therapeutic interventions and assessments are required to assist both children and adults to deal with the long-term effects of what abuse and trauma provide. All services commissioned to provide adoption and SGO support and assessment will meet the following outcomes:
• Reduction and/or prevention of adoption and Special Guardianship Order placement disruptions and children re-entering care.
• Enable children and families affected by adoption or Special Guardianship Orders to achieve/maintain stability and reach their full potential as individuals and as family groups.
• Adoptive and Special Guardianship Order families to enjoy strong and stable family relationships.
• Adoptive and Special Guardianship Order families are resilient and have the skills and knowledge to support themselves and each other. Ensure that the most cost efficient and effective services can be supplied to families.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Training
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85312000 - Social work services without accommodation
- 85320000 - Social services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
- 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 Local Authority (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. Playfulness Acceptance Currosity Explore
1.11. Therapeutic parenting
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
Start date
31 May 2023
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Therapeutic Intervention
Lot No
2
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
- 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
Start date
31 May 2023
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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
- 85312000 - Social work services without accommodation
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
- 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:
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
Start date
31 May 2023
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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
- UKH1 - East Anglia
- 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 access to therapeutic services and an opportunity to develop peer relationships with other adoptive and SGO families. Providers of breaks will 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
Start date
31 May 2023
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This Framework Agreement does not exceed 4 years
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
1 May 2023
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
1 May 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Country
United Kingdom