Tender

Specialist Adoption and Special Guardianship Order Support Services

  • Essex County Council
  • Suffolk County Council
  • Thurrock Council

F02: Contract notice

Notice identifier: 2021/S 000-031048

Procurement identifier (OCID): ocds-h6vhtk-0300bf

Published 14 December 2021, 9:51am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Clair Mandara

Email

clair.mandara@essex.gov.uk

Telephone

+44 333

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.1) Name and addresses

Suffolk County Council

Endeavour House, Russell Road,

Ipswich Suffolk

IP1 2BX

Contact

Catherine Biedul

Email

catherine.biedul@suffolk.gov.uk

Telephone

+44 1473265816

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

www.suffolk.gov.uk

one.1) Name and addresses

Thurrock Council

Civic Offices, New Road, Grays,

Thurrock

RM17 6SL

Contact

Paula McCullough

Email

PMcCullough@thurrock.gov.uk

Telephone

+44 1375652531

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

www.thurrock.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/register

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/register

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Social protection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Specialist Adoption and Special Guardianship Order Support Services

Reference number

DN574675

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The overarching objective of the framework is to enable Essex County Council, Suffolk County Council and Thurrock Council to have a compliant mechanism to purchase adoption and SGO support services via a variety of specialist therapeutic services, to support the individual family’s needs identified via assessment by the SGO and Adoption team. Thus, improving the stability and resilience of Adoptive and Special Guardianship Order families.

The Framework will have the following Lots of support services which are in line with the support criteria for the Adoption Support Fund (ASF):

Lot 1 Training

Lot 2 Therapeutic Intervention

Lot 3 Specialist Assessments

Lot 4 Short Breaks

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 Training

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
  • UKH3 - Essex

two.2.4) Description of the procurement

Training is expected to cover a wide range of skills and approaches as identified within a family individual plan and the most common types of training required are listed below. All training offered should: be delivered by suitably qualified trainers with subject specialism; be clearly focused on meeting the needs and circumstances of adoptive and SGO families; be planned and delivered to timescales agreed with each adoption team; feedback from all course attendees should be sought for each course and given to each LA.

This lot includes the following types of training but is not limited to:

1.1. Non Violent Resistance

1.2. Attachment

1.3. Matching

1.4. Transitions

1.5. Theraplay

1.6. Communicating and connecting

1.7. Life story

1.8. Contact

1.9. Friends and family

1.10. PACE

1.11. Therapeutic parenting

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

Lot 2 Therapeutic Intervention

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
  • UKH3 - Essex

two.2.4) Description of the procurement

Therapeutic intervention will be wide ranging in order to meet individual needs but should be evidence based and in line with therapies listed under the ASF. They must be tailored to meet the needs and circumstances of adoptive and SGO families and planned and delivered to timescales agreed with each adoption team.

This lot includes the following types of therapeutic intervention but is not limited to:

2.1 Art therapy

2.2 Dance movement therapy

2.3 Yoga

2.4 Music therapy

2.5 Play therapy

2.6 Group-based art or play therapy

2.7 Filial therapy

2.8 Lego Therapy

2.9 Cognitive behavioral therapy (CBT)

2.10 Dialectical behavioral therapy (DBT)

2.11 Eye movement desensitisation and reprocessing (EMDR)

2.12 Internal Families System Therapy

2.13 Reducing anxiety management plan (RAMP)

2.14 Sensory Integration Processing Therapy or therapeutic listining Programme

2.15 Cognitive Therapy

2.16 Education Psychotherapy

2.17 Group Based Art or Play Therapy

2.18 Attachment Therapy

2.19 Dyadic Developmental Psychotherapy (DDP)

2.20 Child to Parent Violence (CPV) Individual Based Programme

2.21 Multi-systemic family therapy

2.22 Systemic family therapy

2.23 Psychodynamic therapy

2.24 Theraplay

2.25 Koru Project

2.26 Therapeutic life story work for the child

2.27 Individual psychological therapy

2.28 Drama Therapy

2.29 Neuro-integration system therapy (NIS)Psychoanalytical therapy

2.30 Video-feedback intervention to promote positive parenting and sensitive discipline (VIPP-SD)

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

48

This contract is subject to renewal

No

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

Lot 3 Specialist 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
  • UKH1 - East Anglia
  • UKH3 - Essex

two.2.4) Description of the procurement

Following a social work assessment of support needs, there are occasions when a specialist assessment is indicated. Providers will deliver robust clinical assessment of children and young people’s developmental trauma and attachment. All assessments provided should be delivered by suitably qualified trainers and planned and delivered to timescales agreed with each adoption team. The assessments that this service will provide include, but are not limited to, the following:

3.1. Comprehensive systemic family assessments

3.2. Psychological & psychiatric assessments

3.3. Assessments of therapeutic needs

3.4. Assessments of contact needs

3.5. Sensory integration/occupational therapy assessments

3.6. Multi-disciplinary assessments

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

48

This contract is subject to renewal

No

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

Lot 4 Short Breaks

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
  • UKH3 - Essex

two.2.4) Description of the procurement

Short breaks commissioned will include therapeutic breaks for the whole family or child only to provide structured and supported time with the access to therapeutic services and an opportunity to develop peer relationships with other adoptive and SGO families. Providers of breaks with be expected to work with the Local Authority to provide a service that will meet the needs of the families refereed.

4.1 Therapeutic Short Breaks

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

48

This contract is subject to renewal

No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

25 January 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom