Opportunity

22 048 Family Support Services

  • Cheshire East Borough Council
  • Integrated Care Board

F02: Contract notice

Notice reference: 2022/S 000-035291

Published 13 December 2022, 6:07pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire East Borough Council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Contact

Mrs Emma Harris

Email

procurement@cheshireeast.gov.uk

Telephone

+44 1270686440

Country

United Kingdom

NUTS code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.cheshireeast.gov.uk/

Buyer's address

http://www.cheshireeast.gov.uk/

one.1) Name and addresses

Integrated Care Board

Cheshire and Merseyside

Email

procurement@cheshireeast.gov.uk

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

https://www.cheshireandmerseyside.nhs.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://www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk

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

22 048 Family Support Services

Reference number

DN627712

two.1.2) Main CPV code

  • 85312000 - Social work services without accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

Cheshire East Council wishes to establish a Flexible Purchasing System (FPS) agreement to provide a broad range of support to children and families at home and in the community. Children’s Services teams that identify children and families that require commissioned service support will access the FPS when considering their options.

Children and Family Support Service are available for a range of circumstances where needs are identified in the home, for example to support children with disabilities, when positive behaviour support services are required, therapeutic support and assessment is needed and also for support in the community to support children on the edge of the care system. On occasions commissioned support is required to support the placement of a cared for child. Every element of support to children and families is geared to maximise their positive outcomes, support mental health and wellbeing and the safety of children at home and in the community.

Providers joining the FPS must adopt a person-centred approach and ensure that services are outcome focused, meeting the identified needs of individuals they support. Providers will adopt a strength-based approach, supporting people to recognise and achieve their full potential, whilst also working towards increased levels of health and wellbeing.

The contract period will be for fixed term of 5 years. The FPS will open in rounds annually during the contract period, with two rounds in the first year, and then opening every twelve months. We may also open the FPS at any point during the contact period, should a need to do so arise.

The FPS is divided into eight Lots, Providers can apply to join one or more lots / categories:

Lot 1 Life limiting or complex care and autism spectrum condition

Lot 2 Moderate level needs including physical disability, learning disability and autism spectrum condition

Lot 3 Low level medical needs including physical disability, learning disability and autism spectrum condition

Lot 4 Positive Behaviour Support

Lot 5 Mental health – parent and / or child

Lot 6 Edge of care support to families.

Lot 7 Assessment and therapeutic input

Lot 8 Cared for children accommodation – stability of placement.

Step-down from cared for children’s accommodation and tier 4 mental health beds

Tenders are invited from Providers who wish to be included in the Flexible Purchasing System (FPS) being introduced by Cheshire East Council for the provision of Children and Family Support Services.

two.1.5) Estimated total value

Value excluding VAT: £22,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 8

two.2) Description

two.2.1) Title

Life limiting or complex care and autism spectrum condition

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for experienced children’s nurses qualified under the Nursing Midwifery Council who can fulfil the direct nursing needs of children and young people with complex medical needs within a community setting. Nurses must be skilled enough to deliver care which meets the clinical needs of the child or young person within a community setting.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Moderate level needs including physical disability, learning disability and autism spectrum condition

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

Highly skilled carer workers must be skilled to carry out a programme of activities with disabled children and young people who have complex needs in their homes and the community required to achieve outcomes listed on the child’s plan. For example, carer workers may need to support the development of disabled children and young people’s independent living skills, travel training and provide them with high quality personal care.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Low level medical needs including physical disability, learning disability and autism spectrum condition

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for experienced Support Workers for disabled children and young people who are skilled to carry out a programme of activities with disabled children and young people in their homes and the community required to achieve outcomes listed on the child’s plan. For example, Support Workers may need to support the development of disabled children and young people’s independent living skills, travel training and provide them with high quality personal care. Support Workers may also need to provide practical support to families in the home.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Positive Behaviour Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for a Positive Behaviour Support Service (PBSS) that works to support behaviour change and improved quality of life for people with autism and/or learning disabilities who engage in challenging behaviour. Workers would include for example Board Certified Behaviour Analysts, Assistant Behaviour Analysts, specially trained Behaviour Practitioners and skilled support workers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Mental health – parent and / or child

Lot No

5

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for Care Workers, Skilled Support Workers and Therapeutic Input to support:

• Parental Mental Health – regular support from care workers / support workers – weekdays and or weekends usually to provide practical support with day to day tasks causing challenge such as taking children out to activities, managing morning / evening routines. Usually time slots outside school hours.

• Child Mental Health – regular support/ family respite. Supporting young people with mental health concerns who don’t meet CAMHS intervention criteria, supporting families in managing behaviours / providing respite from challenging behaviours. May require waking nights and input from Therapeutic practitioners. Combination of support and therapeutic input. May require liaising and working with health / school. Usually time slots evenings and nights – daytime provision to support return to education may also be needed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Edge of care support to families

Lot No

6

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for Skilled Support Workers and Therapeutic Input to support:

• Edge of Care – Young People - regular support and or mentoring input / family guidance and input with strategies and behaviours. Supporting young people with challenging behaviours which may involve drugs, alcohol, gangs, missing from home incidents and criminal / sexual exploitation. Mentoring and providing therapeutic input to challenge these behaviours. Building relationships and guidance towards positive activities. Increasing engagement in sustainable, positive activities to build a base for long term stability and independence. Rebuilding family relationships, de-escalation of high stress, high emotion environments, developing parents’ capacity to safeguard and parent effectively. Input usually takes place daytime – if young person is school refusing / late afternoon – late night and waking nights, weekdays and weekends. May require liaising and working with school / youth justice / @ct and other agencies working with young person.

• Edge of Care – Adoption Support - regular support and or mentoring input / family guidance and input with strategies and behaviours / respite and support to stabilise placement. Supporting young people with challenging behaviours which have developed due to previous childhood trauma. Supporting with strategies to deal with dis-regulation and attachment related behaviours. Mentoring and providing therapeutic input and liaising with carers, school and other agencies working with young people to promote consistent strategies. Input usually takes place daytime – if young person is school refusing / before or after school / overnight if respite is needed.

• Edge of Care – Family Support – regular support and safeguarding for children where families are at risk of children going into care. Family guidance on behaviour, care and routines needed to ensure a safe, nurturing environment and positive relationships. Often supporting families with very young / new born babies or multiple young children. Adults may have learning difficulties, mental health issues or challenges where directed input needs to be delivered in short chunks with regular repetition to meet their processing needs. Staff will need to make daily observations and assessments and provide regular feedback in partnership with other agencies to ensure the well being of children.

• Edge of Care – Step Down - regular support and or mentoring input / family guidance and input with strategies and behaviours. Supporting young people who have previously exhibited challenging behaviours / Tier 4 mental health stepdown. Mentoring and providing therapeutic input to support challenges of stepdown. Building relationships and guidance towards positive activities. Increasing engagement in sustainable, positive activities to build a base for long term stability and independence. Rebuilding family relationships, developing parents’ capacity to safeguard and parent effectively, providing reassurance. Input may initially be 24/7 and a staffing ratio of 2:1 for Tier 4 step downs; Care step downs are likely to be outside school hours or during the day if the young person has not yet returned to education.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Assessment and therapeutic input

Lot No

7

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for a range of family assessments and therapeutic services such as sibling assessments, specialist adoption assessments, family functioning, parenting capacity and attachment work. This may be within the pre proceedings process to prevent separation and help identify attachment, parenting styles or emotional wellbeing and mental health functioning to support a family in maintaining care. This will also include consideration of assessment and support within the court process or long-term care.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Cared for children accommodation – stability of placement. Step-down from cared for children’s accommodation and tier 4 mental health beds

Lot No

8

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

We are looking for Skilled Support Workers and Therapeutic Input to support:

• Cared for Children – Placement Stability and step-down - regular support and placement respite – weekdays or weekends to provide support with / respite from challenging behaviours and stabilise placement. Supporting young people with challenging behaviours which may involve drugs, alcohol, gangs, missing from placement incidents and criminal / sexual exploitation. Mentoring and providing therapeutic input to challenge these behaviours. Building relationships and guidance towards positive activities. Increasing engagement in sustainable, positive activities to build a base for long term stability and independence. Working with young person’s family and friends to maintain positive contact and support a pathway to reunification with family / family network; transporting and retrieving young person from contact visits and de-escalating potential missing from home opportunities. Input may take place daytime – if young person is school refusing / late afternoon – late night and waking nights, weekdays and weekends. May require liaising and working with school / youth justice / @ct and other agencies working with young person.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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

19 January 2023

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This procurement is being advertised under the Light Touch Regime (LTR)

This Flexible Purchasing System is a fully-electronic process used by public sector bodies to

award contracts for works or services. The use of an FPS to award such contracts ensures

that the end-to-end procurement process is competitive, fair and transparent. Suppliers

must meet the minimum Selection Criteria for entry onto the FPS. There are no other

restrictions on who can or cannot join the FPS. The FPS will open for applications for a minimum of 30 days twice in the 1st year and once each subsequent year thereafter.