- Scope of the procurement
- Lot 1. Category of Need 1 - Children with social communication needs, including learning disability and / or autism
- Lot 2. Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour
- Lot 3. Category of Need 3 - Children who are at risk of further offending and anti-social behaviour
- Lot 4. Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation
- Lot 5. Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety
Section one: Contracting authority
one.1) Name and addresses
Durham County Council
County Hall
DURHAM
DH15UQ
Contact
Donna Iley
Country
United Kingdom
Region code
UKC14 - Durham CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
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
Intensive Support and Crisis Intervention Services for Children, Young People and their Families
Reference number
677209
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is seeking a panel of multiple providers that can provide a managed service for intensive support and crisis intervention services for County Durham children, young people, and their families.
The Provider Panel has FIVE Lots as detailed below based on category of need.
LOT DESCRIPTION
Category of Need 1 - Children with social communication needs, including learning disability and / or autism
Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour
Category of Need 3 - Children who are at risk of further offending and anti-social behaviour
Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation
Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
two.2) Description
two.2.1) Title
Category of Need 1 - Children with social communication needs, including learning disability and / or autism
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
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).
two.2.14) Additional information
This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.
The Council makes no guarantee to any member of the Panel that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the Provider Panel.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and that the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
two.2) Description
two.2.1) Title
Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
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).
two.2.14) Additional information
This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.
The Council makes no guarantee to any member of the Panel that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the Provider Panel.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and that the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
two.2) Description
two.2.1) Title
Category of Need 3 - Children who are at risk of further offending and anti-social behaviour
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
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).
two.2.14) Additional information
This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.
The Council makes no guarantee to any member of the Panel that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the Provider Panel.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and that the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
two.2) Description
two.2.1) Title
Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
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).
two.2.14) Additional information
This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.
The Council makes no guarantee to any member of the Panel that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the Provider Panel.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and that the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
two.2) Description
two.2.1) Title
Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety
Lot No
5
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
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).
two.2.14) Additional information
This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.
The Council makes no guarantee to any member of the Panel that they will be awarded any Call-Off Contract and no guarantee is made in respect of any volume of work under any such agreements, or in aggregate under the Provider Panel.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Provider Panel Agreement provides for no form of exclusivity or volume guarantee by the Council for Services from the Provider and that the Council is at all times entitled to enter into other contracts and agreements with other Providers for the provision of any Services.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.1.11) Main features of the award procedure
+ Standard Call Off (without competition)
Where a Service is required the Council can approach the most suitable Provider for the service required and confirm with the Provider that they are able to provide the service required within the timescales. The capped hourly prices submitted by the Provider in its tender response during the tender process for the Provider Panel Agreement (Pricing Schedule) will be the maximum hourly price for the services. At the time of requesting the services, the Council will ask the Provider to submit their hourly rate which shall not exceed the capped hourly rate. Suitability of the Provider will be determined by the following factors (in no particular order):
• Social Worker / Commissioner / Health Representative's Professional Judgement
• Continuity of care
• Appropriateness of service delivery provision
• Location
• Urgency of requirement
• Price
• Mobilisation period
• Child and / or Family views and wishes
Note - This is not an exhaustive list
+ Call Off with further competition (mini-competition)
The Council may decide to run a call off competition involving the organisations who are on the Panel for the relevant required services. This will be done via NEPO.
In running any competition between some or all organisations on the Panel, the Council will set out the required qualitative and quantitative criteria. This will be detailed at each individual procurement exercise.
The Council will evaluate all bids on relevant price/quality criteria indicated at the time and must not exceed the capped hourly prices submitted during the tender process for the Provider Panel Agreement (Pricing Schedule).
The Provider who submits the most economically advantageous bid will be awarded the Call-Off Contract.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-003206
Section five. Award of contract
Lot No
1, 2, 3 and 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
ABL Health Ltd
Bolton
BL4 0JL
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
07074944
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £100,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
1, 2, 3 and 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Bespoke Guardians Ltd
Swindon
SN5 7XE
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
11786646
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
1, 2, 3, 4 and 5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Castleview Group Training Ltd
Chester le Street
DH2 1AN
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Companies House
04317514
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Children North East
Newcastle upon Tyne
NE15 6QE
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
Companies House
00090288
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Include in Autism CIC
Peterlee
SR8 2RB
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Companies House
10876482
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
2 and 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Master Quality Healthcare Services Ltd
Wakefield
WF2 9SR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08337556
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
1, 2, 3 and 5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
Quality + Care Solutions Ltd
Castle Eden
TS27 4SU
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Companies House
07745467
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
ROC Family Support Ltd
Newton Aycliffe
DL5 7ER
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Justification for not providing organisation identifier
Not on any register
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,000,000
Lowest offer: £1 / Highest offer: £10,000,000 taken into consideration
Section five. Award of contract
Lot No
1, 2 and 5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 15
five.2.3) Name and address of the contractor
TKS Staffing Ltd
Derby
DE24 3BR
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
09303403
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,000,000
Lowest offer: £1 / Highest offer: £10,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom