Section one: Contracting authority
one.1) Name and addresses
Suffolk County Council
Endeavour House, Russell Road
IPSWICH
IP1 2BX
Telephone
+44 1473264785
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned 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
Social Care Community Support Rolling Select List
Reference number
CD1420
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited for inclusion on a Rolling Select List of approved, quality assured providers of Social Care Community Support intended to facilitate the provision of: • Support for Children open to Social Care’s Disabled Children and Young People’s Team (Lot 1)• Social Care Support for Children (Lot 2) • Crisis Support for Children (Lot 3) • Supervised Family Time Support (Lot 4) Providers can apply to join the Rolling Select List or amend which lots they have bid for at any time, however their applications once the Select List is live will only be considered on an annual basis. An overview of the process and the anticipated timescales can be found at Appendix A to the ITP document. Bidders will be notified no later than the end of the calendar month following submission of their Request to Participate. E.g., if the submission is received in Jan, then bidders should be notified by the end of Feb. This procurement complies with the Light Touch Regime under PCR 2015.
two.1.5) Estimated total value
Value excluding VAT: £26,000,000
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
Support for Children open to Social Care’s Disabled Children and Young People’s Team (DCYP)
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Lot 1 is expected to provide support within a family or residential setting, by staff trained to provide personal care and administer medication. The children may be physically disabled, be neurodivergent, have specific sensory/communication needs, have learning disabilities and/or life limiting illnesses. Please note that the advertised contract value is the potential total value (ex VAT) for all individual orders placed via the Rolling Select List for the initial contract period (1/4/25 - 31/3/27) and the extension period (1/4/27 - 31/3/28).
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: £3,807,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Rolling Select List will be advertised annually for new entrants. At the end of the Rolling Select List the contract will be re advertised.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an optional one year extension.
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
Social Care Support for Children
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Lot 2 is expected to proactively support children within their family home, enabling reunification and preventing admission into care. Please note that the advertised contract value is the potential total value (ex VAT) for all individual orders placed via the Rolling Select List for the initial contract period (1/4/25 - 31/3/27) and the extension period (1/4/27 - 31/3/28).
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: £1,125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Rolling Select List will be advertised annually for new entrants. At the end of the Rolling Select List the contract will be re advertised.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an optional one year extension.
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
Crisis Support for Children
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Lot 3 is expected to support children in care at short notice (e.g., to prevent emergency or admissions into care) following placement breakdowns. The children may have a history of criminal exploitation, behavioural and emotional dysregulation, mental health issues and/or neurodivergence. The support will take place in a residential setting and may exceed 28 days duration. Please note that the advertised contract value is the potential total value (ex VAT) for all individual orders placed via the Rolling Select List for the initial contract period (1/4/25 - 31/3/27) and the extension period (1/4/27 - 31/3/28).
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: £21,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Rolling Select List will be advertised annually for new entrants. At the end of the Rolling Select List the contract will be re advertised.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an optional one year extension.
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
Supervised Family Time Support
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
Lot 4 is expected to provide suitably trained staff to carry out Family Time sessions following Suffolk County Council’s Family Time protocols. Please note that the advertised contract value is the potential total value (ex VAT) for all individual orders placed via the Rolling Select List for the initial contract period (1/4/25 - 31/3/27) and the extension period (1/4/27 - 31/3/28).
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: £67,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The Rolling Select List will be advertised annually for new entrants. At the end of the Rolling Select List the contract will be re advertised.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an optional one year extension.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
As stated in the procurement documents
Minimum level(s) of standards possibly required
As stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
As stated in the procurement documents
Minimum level(s) of standards possibly required
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
14 January 2025
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
Tender must be valid until: 31 March 2025
four.2.7) Conditions for opening of tenders
Date
14 January 2025
Local time
12:00pm
Place
Ipswich
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Rolling Select List will be advertised annually for new entrants. At the end of the Rolling Select List the opportunity will be re advertised.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This procurement for a Rolling Select List complies with the Light Touch Regime under the PCR 2015 regulations and is an Open competitive process. Minimum standards for participation are detailed within the procurement documents.
six.4) Procedures for review
six.4.1) Review body
Suffolk County Council
Ipswich
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Suffolk County Council incorporates a minimum standstill period of 10 calendar days.