- Scope of the procurement
- Lot 1. Specialist Assessments of Therapeutic Need ("SA")
- Lot 2. Play Therapies
- Lot 3. Creative Therapies
- Lot 4. Therapeutic/Attachment Focused Parenting Support & Programmes
- Lot 5. Therapeutic Life Story work
- Lot 6. Psychotherapy
- Lot 7. Sensory Integration Processing Therapy
- Lot 8. Group Programmes (including training)
Section one: Contracting authority
one.1) Name and addresses
Durham County Council
Corten House, Dunholme Close
Durham
DH15WB
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
Therapeutic Adoption Support Services for Children Placed for Adoption and Adopted, Subject to a Special Guardianship Order/Child Arrangements Order through Durham County Council
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 Council wishes to develop a Select Provider List for Therapeutic Support Services for Children Placed for Adoption and Adopted, Subject to a Special Guardianship Order/Child Arrangements Order through Durham County Council.
The Select Provider List has multiple lots as detailed below based on category required:
Category 1 Specialist Assessments of Therapeutic Need ("SA")
Category 2 Play Therapies
Category 3 Creative Therapies
Category 4 Therapeutic/Attachment Focused Parenting Support & Programmes
Category 5 Therapeutic Life Story work
Category 6 Psychotherapy
Category 7 Sensory Integration Processing Therapy
Category 8 Group Programmes (including training)
Providers can bid for one or more Lots. Further detail in relation to each of the specific 'Category' can be found within ITB 2 Part 1 - Service Specification.
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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.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: £1,050,000 taken into consideration
two.2) Description
two.2.1) Title
Specialist Assessments of Therapeutic Need ("SA")
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
Category 1 - Specialist Assessments of Therapeutic Need ("SA")
• Providers and their therapists will be suitably qualified as determined by the ASGSF to provide a SA.
• The ASGSF determine that a qualified clinician "would be someone who diagnoses and treats patients; is suitably qualified and is licensed to practice via a professional regulatory body".
• The ASGSF limits for a SA for a child in any financial year are set nationally at £2500. The provider's quote for the SA should clearly state the number of sessions and the cost for completion and provision of the final report.
• Feedback to the family and commissioner will be required in the form of report and feedback meetings which must be costed into the ASGSF funding application.
• SA to be provided to the lead social worker for the agency in the first instance. The social worker and the family will utilise the assessment to identify and commission therapeutic intervention if this is recommended and the family wish to proceed at this time.
• The assessment brief will be set out in the ICA.
• For providers who are on the ALP for more than one category including category one, completion of the SA does not result in an automatic referral for the provision of therapy.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Play Therapies
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
Category 2 - Play Therapies
• Including but not exclusive to Theraplay, Filial Therapy and Parent-Child Attachment Play ("PCAP").
• Providers must hold a relevant and accredited qualification.
• In respect to Theraplay, Providers and their therapists will be either fully qualified (completed level 2 and the practicum) or have completed level 1 plus 8 supervised sessions and be operating under clinical supervision.
• Providers and their therapists will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school.
• Feedback will be required in the form of a review meeting, outcome measures and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Creative Therapies
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
Category 3 - Creative Therapies
• Including Art Therapy, Music Therapy, Drama Movement Therapy ("DMT"), Lego Therapy, Dance Movement Therapy.
• Providers and their therapists will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• In order to deliver DMT, Providers/their therapists must hold a postgraduate qualification in dance movement therapy, accredited by the Association for Dance Movement Therapy (ADMT) UK.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school.
• Feedback will be required in the form of a review meeting, outcome measures and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Therapeutic/Attachment Focused Parenting Support & Programmes
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
Category 4 - Therapeutic/Attachment Focused Parenting Support & Programmes
• Providers and their therapists will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• Providers will have attended training in attachment theory and/or therapeutic parenting, as well as training (and certification) in specific programmes.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school, or virtually where appropriate.
• Feedback will be required in the form of a review meeting, outcome measures and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Therapeutic Life Story work
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
Category 5 - Therapeutic Life Story work
• Providers and their therapists will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• Providers and their therapists will have a Diploma in Therapeutic Life Story Work or equivalent/relevant training and experience necessary to deliver this work.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The child's parents will provide the documents provided to them during the adoption process as the resource for Therapeutic Life Story - Child Permanence Report appropriately redacted and any permitted court report summaries or extracts.
• The ICA will detail the extent of file discovery and access required prior to the start of the work and this should inform the therapy plan from the outset to ensure the work is completed within the limits of available information.
• Providers will not have access to Local Authority adoption files which contain details of third parties.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school.
• Feedback will be required in the form of a review meeting and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Psychotherapy
Lot No
6
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
Category 6 - Psychotherapy
• Including Dyadic Developmental Psychotherapy ("DDP"), Cognitive Behavioural Therapy ("CBT"), Dialectical Therapy (branch of CBT), Mindfulness Cognitive Behavioural Therapy ("MCBT"), Eye Movement Desensitisation and Reprocessing ("EMDR"), Systemic/multi- systemic Therapy, Solution Focused BRIEF Therapy.
• All Providers and their therapists will hold the relevant qualifications to practice with children and young people ("CYP") and will be registered in their discipline with their professional regulatory body, if using a protected title.
• In relation to Psychotherapy, Providers will be appropriately registered with UK Council for Psychotherapy ("UKCP") or the British Psychoanalytic Council ("BPC") or Health and Care Professions Council ("HCPC") for some disciplines.
• In relation to DDP Providers and their therapists will be qualified in DDP to at least Level 2 and receive clinical supervision from a Consultant in DDP and to have completed or be working towards the Practicum.
• In relation to CBT, Providers and their therapists must be qualified to level 2 with the British Association for Behavioural and Cognitive Psychotherapies ("ABCP").
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school.
• The quote must also include the terms and conditions around cancellation, non-attendance, or the individual therapeutic assessment session ending earlier than scheduled by the family.
• Feedback will be required in the form of a review meeting, outcome measures and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Sensory Integration Processing Therapy
Lot No
7
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
Category 7 - Sensory Integration Processing Therapy
• Providers will have attended relevant sensory integration training.
• Providers will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including Provider's premises, the family home child/children's' school, or virtually where appropriate.
• Feedback will be required in the form of a review meeting, outcome measures and a report.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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) Description
two.2.1) Title
Group Programmes (including training)
Lot No
8
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
Category 8 - Group Programmes (including training)
• Providers and their therapists must have attended training relevant to group delivery or to a particular group programme.
• Providers and their therapists will be registered in their particular discipline with their professional regulatory body, if using a protected title.
• Providers will provide any resources or equipment required for the service and to support successful delivery of the intervention.
• The service may be required to be delivered in a variety of settings including virtually where appropriate.
• Feedback will be required in the form of outcome-based evaluations.
two.2.14) Additional information
This Select Provider List is a flexible framework agreement where, at the sole discretion of the Council, it may open the List to allow additional providers to be added to its membership. The Council has the discretion to open selected Lots and not all Lots should it choose to. However, at the discretion of the Council, the List may remain closed should commissioners deem there be sufficient members to meet demand.
The Council makes no guarantee to any member of the List 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 Select Provider List.
Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Select Provider List Framework Agreement. A place on the List merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).
The Select Provider List Framework 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.
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: 2025/S 000-000638
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Acorn Children & Families Wellbeing Limited
Marske by the Sea
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
Companies House
12042593
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
2, 3, 4, 6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Amber Shield Therapeutic Services
Hartlepool
Country
United Kingdom
NUTS code
- UKC11 - Hartlepool and Stockton-on-Tees
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
1, 4, 6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Carolyn Morgan Therapy Services
Whitley Bay
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Easton Care Ltd
Chester le Street
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Companies House
15655980
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Focus Mental Health Solutions
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
14650738
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Graeme Rowlings
Boldon
Country
United Kingdom
NUTS code
- UKC23 - Sunderland
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
John Williams Therapy
Stockton-on-Tees
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
7
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Laura Elliott
Durham
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
1, 4, 8
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Dr Lauren Baldwin
Middlesborough
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
Companies House
14250932
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
1, 2, 4, 6, 7, 8
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Nurturing Families
Belmont
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
7
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Rachel Ineson Independent Occupational Therapist
Durham
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
2, 3, 4, 6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Reflection Room Therapy Service
Hartlepool
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
4, 6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Sharon Summers Sensibility & Untold Stories
Northumberland
Country
United Kingdom
NUTS code
- UKC - North East (England)
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
4, 7
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Ingrid Ayling Ford
Chester le Street
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Justification for not providing organisation identifier
Sole trader
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
2, 3, 5, 6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
The Bungalow Partnership
Middlesbrough
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
Charity Commission (England and Wales)
1160501
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section five. Award of contract
Lot No
7
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 19
five.2.3) Name and address of the contractor
Tree Tops Occupational Therapy Limited
Aycliffe
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
Companies House
04167617
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,050,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom