Tender

0762 Specialist Adoption and SGO Support Services Framework Re-Opening

  • Essex County Council
  • Suffolk County Council
  • Thurrock Council

F02: Contract notice

Notice identifier: 2023/S 000-009436

Procurement identifier (OCID): ocds-h6vhtk-03b7a8

Published 31 March 2023, 11:55am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Mr John Sharman

Email

john.sharman@essex.gov.uk

Telephone

+44 3330137259

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road

Ipswich

IP1 2BX

Contact

Catherine Biedul

Email

catherine.biedul@suffolk.gov.uk

Country

United Kingdom

Region code

UKH1 - East Anglia

Internet address(es)

Main address

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

one.1) Name and addresses

Thurrock Council

Civic Offices, New Road,

Grays, Thurrock

RM17 6SL

Contact

Paula McCullough

Email

pmccullough@thurrock.gov.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

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

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

Email

John.Sharman@essex.gov.uk

Country

United Kingdom

Internet address

https://www.essex.gov.uk/