Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Clair Mandara
Telephone
+44 333
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road,
Ipswich Suffolk
IP1 2BX
Contact
Catherine Biedul
catherine.biedul@suffolk.gov.uk
Telephone
+44 1473265816
Country
United Kingdom
NUTS code
UKH1 - East Anglia
Internet address(es)
Main address
one.1) Name and addresses
Thurrock Council
Civic Offices, New Road, Grays,
Thurrock
RM17 6SL
Contact
Paula McCullough
Telephone
+44 1375652531
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
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