Contract

Provider Panel for Intensive Support and Crisis Intervention Services for Children, Young People and their Families

  • Durham County Council

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2024/S 000-022670

Procurement identifier (OCID): ocds-h6vhtk-043604

Published 22 July 2024, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

Durham County Council

County Hall

DURHAM

DH15UQ

Contact

Donna Iley

Email

donna.iley@durham.gov.uk

Country

United Kingdom

Region code

UKC14 - Durham CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.durham.gov.uk

Buyer's address

www.nepo.org

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

Provider Panel for Intensive Support and Crisis Intervention Services for Children, Young People and their Families

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Re-opening of the Provider Panel for Intensive Support and Crisis Intervention Services for children, young people and their families.

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.

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

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).

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.2.14) Additional information

The proposed provider panel agreement is to be let with an option to extend for a further 2 periods 12 months from the actual end date subject to funding.

two.2) Description

two.2.1) Title

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).

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.2.14) Additional information

The proposed provider panel agreement is to be let with an option to extend for a further 2 periods 12 months from the actual end date subject to funding.

two.2) Description

two.2.1) Title

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).

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.2.14) Additional information

The proposed provider panel agreement is to be let with an option to extend for a further 2 periods 12 months from the actual end date subject to funding.

two.2) Description

two.2.1) Title

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).

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.2.14) Additional information

The proposed provider panel agreement is to be let with an option to extend for a further 2 periods 12 months from the actual end date subject to funding.

two.2) Description

two.2.1) Title

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).

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.2.14) Additional information

The proposed provider panel agreement is to be let with an option to extend for a further 2 periods 12 months from the actual end date subject to funding.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Affinity Trust

Oxfordshire

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

13109670

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1 / Highest offer: £12,000,000 taken into consideration


Section five. Award of contract

Lot No

1 and 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Angel care Staffing Ltd t/a WeCare Angels

Nottinghamshire

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Companies House

13879931

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: £12,000,000 taken into consideration


Section five. Award of contract

Lot No

2 and 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Bilivcare Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
Companies House

11304112

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: £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

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Brisca Healthcare Ltd

Co Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

91653393

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: £12,000,000 taken into consideration


Section five. Award of contract

Lot No

1, 3 and 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

12000000

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

07449618

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: £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

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Major Recruitment Ltd

Huddersfield

Country

United Kingdom

NUTS code
  • UKE4 - West Yorkshire
Companies House

06570143

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: £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

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

On the B4nk

Middlesbrough

Country

United Kingdom

NUTS code
  • UKC1 - Tees Valley and Durham
Companies House

14061705

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: £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

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Paragon Social Care Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

14782151

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: £12,000,000 taken into consideration


Section five. Award of contract

Lot No

2 and 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Prudent Care Solutions Limited

Herefordshire

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
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: £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

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

Unified Care Services Ltd

Loughborough

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
Companies House

14694623

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: £12,000,000 taken into consideration


Section five. Award of contract

Lot No

3 and 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 July 2024

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

five.2.3) Name and address of the contractor

We Care Bespoke Ltd

Co Durham

Country

United Kingdom

NUTS code
  • UKC14 - Durham CC
Companies House

12145116

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: £12,000,000 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