Opportunity

SCC JM - Independent Expert Assessment Service DPS

  • Surrey County Council

F02: Contract notice

Notice reference: 2024/S 000-011518

Published 9 April 2024, 4:18pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Joanna Madejczyk

Email

joanna.madejczyk@surreycc.go.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#

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

SCC JM - Independent Expert Assessment Service DPS

Reference number

DN2603

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council (SCC) wishes to establish a ‘Light Touch’ Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Expert Assessment Services for an initial period of 3 years + with optional further extension provisions for an additional 2 years (total term of 5 years).

The contract is divided into 3 Lots and sub-lots under Lot 1:

Lot 1: Assessments Completed by Expert Witnesses

• Lot 1a: Assessments completed by Independent Social Workers (ISWs)

• Lot 1b: Assessments completed Psychologists

• Lot 1c: Assessments completed by Psychiatrists

• Lot 1d: Assessments completed by All Other Experts

Lot 2: Special Guardianship Order (SGO) Assessments

Lot 3: Multi-disciplinary / Community Assessments

Bidders are invited to apply for one lot or sub-lot or multiple lots or sub-lot(s).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Assessments Completed by Expert Witnesses

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Expert Witnesses are required to provide high quality, evidence based assessments and reports for children, adolescents, and adults to help inform child protection and care planning decision-making.

This Lot 1 is further divided into sub-lots:

Lot 1a: Assessments completed by Independent Social Workers (ISWs)

Lot 1b: Assessments completed Psychologists

Lot 1c: Assessments completed by Psychiatrists

Lot 1d: Assessments completed by All Other Experts

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 2 years extension option available

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

two.2) Description

two.2.1) Title

Special Guardianship Order (SGO) Assessments

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Qualified Social Workers are required to undertake high quality, evidence-based Special Guardianship Order (SGO) Assessments on behalf of SCC, in locations across the United Kingdom (England, Wales, Scotland and Northern Ireland). Assessments are to be conducted professionally, sensitively and in a timely fashion, in line with the Family Justice Council: Best Practice Guidance: SGOs (2021) , SCC SGO policy and guidance (2023) and Friends and Family policy (2022)

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 2 years extension option available

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

two.2) Description

two.2.1) Title

Multi-disciplinary / Community Assessments

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

This service may be requested by the court with a stipulated package of support undertaken in the family home and / or in the family’s local community, over a period of an agreed number of weeks.

The support may include regular planned appointments and observations over a number weeks in the community, or may involve a more intensive home based 24 hour a day, 7 days a week observations, monitoring and support, from a highly skilled team supporting the family. This lot may require a bespoke assessment, which enables opportunities for families to remain together during the assessment period in their own homes, when it is seemed safe and appropriate.

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

up to 2 years extension option available

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.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

Date

15 May 2024

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom