Section one: Contracting authority
one.1) Name and addresses
Derbyshire County Council
County Hall
Matlock
DE4 3AG
Contact
Mr Toby Ashton
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
Buyer's address
https://www.eastmidstenders.org/
one.1) Name and addresses
Derby City Council
Derby
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
one.1) Name and addresses
Nottingham City Council
Nottingham
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://www.nottinghamcity.gov.uk/
one.1) Name and addresses
Nottinghamshire County Council
Nottingham
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://nottinghamshire.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?advertId=18b181d3-632a-f011-8136-005056b64545
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?advertId=18b181d3-632a-f011-8136-005056b64545
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
CCS028 Therapeutic Assessment to Support Education and Health Care Plan Delivery
Reference number
DN672076
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Derbyshire County Council, Derby City Council, Nottinghamshire County Council and Nottingham City Council (D2N2) form a regional cluster in which we aim to collaborate to deliver better outcomes for children.
Within this cluster, it has become evident that there is a need for further support from external providers to ensure effective, timely and valuable delivery of assessments to support Education and Health Care Plan (EHCP) delivery for our Children, who require this support.
To facilitate more cohesive and efficient delivery of therapeutic assessments which support EHCP delivery and to ensure better outcomes for children whose educational needs are the responsibility of the D2N2 Councils are publishing an opportunity for providers to join a framework.
The services to be provided through this framework have been split into 4 lots:
a) Lot 1: Educational Psychology
b) Lot 2: Speech and Language Therapy
c) Lot 3: Occupational Therapy and Sensory Therapy
d) Lot 4: Physiotherapy
Providers can tender for one or multiple lots, assessment and/or delivery, and do not need to deliver their services to all areas covered by the D2N2 Framework.
The framework will be procured under the "Light Touch Regime" for Social and Other Specific Services, and the Councils anticipate that framework will be reopened periodically to new applicants.
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
Lot 1 - Educational Psychology
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Education Psychologist’s (EP) skills in research and development are used, in collaboration with schools and other services to ensure that it’s work is based upon the best available evidence of what works.
Eligibility to Deliver Services: Providers are required to be qualified to MSC or Doctorate level in Educational Psychology, and have active registration with the Health and Care Professions Council (HCPC), and maintain their registration during the entire period when undertaking work under this framework.
Service Delivery: EPs shall be required to carry out assessments of children and young people’s strengths and needs, working collaboratively to improve outcomes for children and young people from 0–25 in their learning and social and emotional development and/or to deliver the educational psychology services required.
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
Lot 2 - Speech and Language Therapy
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Supporting children’s speech, language and communication contributes to a wide range of outcomes in achievement, social competence, behaviour and mental health. 7% of children aged about 5 years have specific speech and language impairment (Tomblin et al 1997, Law et al, 2000)
It is estimated that a further 1.8% (1753 per 100,000 population) have speech and language communication needs linked to other conditions such as learning disability, cerebral palsy, autism spectrum disorders (taken from Enderby et al, 2013). Evidence indicates that SaLT interventions reduce the risks of lower educational attainments, behavioural, emotional and social difficulties.
Eligibility to Deliver Service: Applicants shall be qualified to BSC or PGDip in speech and language therapy as a minimum (and may also hold MSC or Doctorate level qualifications in Speech and Language Therapy), and have active registration with the Health and Care Professions Council (HCPC) and Royal College of Speech and Language Therapists (RCSLT), which should be maintained during the entire period when undertaking work under this contract.
Service Delivery: Therapists shall be required to carry out assessments and/or deliver the Speech and Language Therapy services required.
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
Lot 3 - Occupational and Sensory Therapy
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
The Occupational and Sensory Therapy services skills in delivery and development are used, in collaboration with schools and other services to ensure that it’s work is based upon the best available evidence of what works, for the support of children and young people.
Eligibility to Deliver Service: Applicants shall be qualified to BSC or PGDip in Occupational and/or Sensory Therapy as a minimum (and may also hold MSC or Doctorate level qualifications in Occupational and/or Sensory Therapy), and have active registration with the Health and Care Professions Council (HCPC) and Royal College of Occupational Therapists (RCOT), which should be maintained during the entire period when undertaking work under this contract.
Service Delivery: Therapists shall be required to carry out assessments and/or deliver the Occupational and Sensory Therapy services required.
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
Lot 4 - Physiotherapy
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Physiotherapist’s skills in musculoskeletal systems are used in collaboration with schools and other services to ensure that their work is based upon the best available evidence of what works for individual learners.
Eligibility to Deliver Service: Providers are required to be qualified to BSC in Physiotherapy, have active registration with the Health and Care Professions Council (HCPC), and maintain their registration during the entire period when undertaking work under this framework.
Service Delivery: Care packages shall be tailored to individual needs and will be delivered by therapists from a broad skills and knowledge base, to meet a broad spectrum of needs and degrees of complexity/specialty, enabling flexible and responsive delivery by the multi-disciplinary workforce supported by multi-skilled individuals. Physiotherapists will carry out assessments of children and young people’s strengths and needs in relation to their physiotherapy needs, and/or deliver the Speech and Language Therapy services required.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Execution of the service is reserved to a particular profession.
three.2.2) Contract performance conditions
As set out in the tender documentation.
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) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
As set out in the tender documentation.
four.1.11) Main features of the award procedure
Tenders shall be evaluated as follows:
• Selection questionnaire - Pass / Fail
• Response to Appendix B Framework Response Document – Pass / Fail
• Supplier Information Security – Pass / Fail
All Tenderers who are assessed to have achieved a pass for the above three criteria will be awarded a place on the framework.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-018137
four.2.2) Time limit for receipt of expressions of interest
Date
5 June 2025
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Technology and Construction Court
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Derbyshire County Council will incorporate a minimum 10 calendar days (or 15 if non electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1. If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible.
six.4.4) Service from which information about the review procedure may be obtained
Derbyshire County Council
Matlock
Country
United Kingdom