- Scope of the procurement
- Lot 1. Children with social communication needs, including learning disability and / or autism
- Lot 2. Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour
- Lot 3. Children who are at risk of further offending and anti-social behaviour
- Lot 4. Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation
- Lot 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
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