Section one: Contracting authority
one.1) Name and addresses
Stockton on Tees Borough Council
PO Box 11, Municipal Buildings, Church Road
Stockton-on-Tees
TS18 1LD
Contact
Mike Wray
Country
United Kingdom
NUTS code
UKC11 - Hartlepool and Stockton-on-Tees
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0268
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
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/Login
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://procontract.due-north.com/Login
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
Adoption Tees Valley - Approved Specialist Assessment and Therapeutic Services Providers Framework
two.1.2) Main CPV code
- 75122000 - Administrative healthcare services
two.1.3) Type of contract
Services
two.1.4) Short description
Adoption Tees Valley (Hosted by Stockton-on-Tees Borough Council, is seeking to establish approved providers for 2 main categories of therapeutic service delivery, which will be allocated against the following LOTS:
1. Specialist Assessments
2. Therapeutic Services
Providers of Specialist Assessment services, and of Therapeutic Services are invited to submit an application to be appointed to the APL.
The intended user group is to include:
-Adopted children
-Children placed for adoption, but not yet adopted
-Children with an adoption plan, not yet placed
-Adoptive families
-Adopted adults
-Children and their families affected by special guardianship
-Those whom a Local Authority member believe would benefit from an intervention of this nature.
The requirement is to deliver services across the Tees Valley area for children who are the statutory responsibility of Adoption Tees Valley and/or the consortium members. Other Local Authorities who have placed a child for adoption in the Tees Valley area and remain responsible for adoption support under the 3-year rule, may also be invited to consider selection of a provider through this APL.
Adoption Tees Valley feel it is crucial that families are given the opportunity to participate in the selection process in deciding who they will engage with in delivery of therapeutic services, and this service specification sets out to allow for this to be an “informed choice”.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
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
Specialist Assessments
Lot No
1
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
Main site or place of performance
Within the Tees Valley local authority Geographical areas
two.2.4) Description of the procurement
Completion of Standard Selection Questionnaire and Award Questionnaire.
The Specialist Assessment must be eligible for funding from the ASF and must meet all of the criteria below, for the purposes of this service, as commissioned by Adoption Tees Valley:
-Provision of an in-depth specialist assessment of the child and family’s needs, with a focus on trauma and attachment, and how this demonstrates the links to the assessment of support needs.
-The specialist assessment must be led and undertaken by a qualified clinician. This will be someone who diagnoses and treats “patients”; is suitably qualified and is licensed to practice via HCPC, and is a Clinical Psychologist, or Attachment Psychotherapist.
-The clinician undertaking the specialist assessment must access professional clinical supervision, in relation to the assessment, at least 2 x over the duration of the assessment, from a suitably qualified clinician, who is either a psychologist, or an attachment psychotherapist.
-The specialist assessment must result in a therapeutic support plan for the child and family.
-The price for the specialist assessment must be within the fair access limit of 2,500 GBP, inclusive of all costs and VAT.
two.2.7) Duration of the contract or the framework agreement
Duration in months
120
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 Services
Lot No
2
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKC1 - Tees Valley and Durham
Main site or place of performance
Within the Tees Valley local authority Geographical areas
two.2.4) Description of the procurement
Completion of Standard Selection Questionnaire and Award Questionnaire.
The service is the provision of a therapeutic intervention with either the child, and/or family with a focus on trauma and attachment. The therapeutic intervention will be delivered over a series of sessions and will be geared towards helping to improve mental health and wellbeing outcomes for children.
It is recognised that there are a range of interventions that providers may be qualified and experienced to deliver. Adoption Tees Valley wishes to procure a range of therapies, in order to maximise the accessibility and availability of suitable therapeutic interventions according to the child and families’ needs.
The therapeutic model must be eligible for funding from the Adoption Support Fund, up to the fair access limit of 5,000 GBP per child, inclusive of all costs and VAT.
Therapies eligible for funding include, but are not limited to:
-Play therapy
-Individual psychotherapy
-Group therapy
-Family therapy
-Behaviour modification
-Cognitive therapy
-Trauma Attachment focussed therapy
-Creative arts therapies
-Sensory integration & Sensory attachment therapies
-Child & Adolescent Mental Health Services (CAMHS)
-Multi systemic therapy
-Filial therapy (both the Guerney & PTUK models)
-Non-violent resistance
-Dyadic Development Psychotherapy
-Eye Movement Desensitisation & Reprocessing Therapy
The following link to the Adoption Support Fund website provides latest information on which therapies are or are not funded by the ASF. https://www.adoptionuk.org/Pages/FAQs/Category/adoption-support-fund
two.2.7) Duration of the contract or the framework agreement
Duration in months
120
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.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
The Council will undertake a competitive tender process to establish the Providers will have relevant Experience and robust procedures to undertake the Specialist Assessments and Therapeutic Services required under this Framework. The Council will also seek to establish the added value that Providers can deliver, in addition to the main subject matter of the contract. The award of Call off contracts will be either through direct award as a result of Family informed preference for a particular approved provider, or via mini-competition.
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:
The current funding mechanism for this is uncertain and therefore the Framework duration may require varying the funding process and call off process.
four.1.11) Main features of the award procedure
Bids must score a minimum pass score to be awarded a place on either lot of this Framework in order to maintain a quality accredited approved provider list.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 September 2022
Local time
12:00pm
Changed to:
Date
16 September 2022
Local time
2:30pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
(MT Ref:227084)
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice (or agreed alternative)
The Strand
London
WC2A 2LL
Country
United Kingdom