Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Intensive Support and Crisis Intervention Services for Children, Young People and their Families

  • First published: 05 April 2024
  • Last modified: 05 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043604
Published by:
Durham County Council
Authority ID:
AA20771
Publication date:
05 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking a panel of multiple providers that can provide a managed service for intensive support and crisis intervention services for County Durham children, young people, and their families.

The Provider Panel has FIVE Lots as detailed below based on category of need.

LOT DESCRIPTION

Category of Need 1 - Children with social communication needs, including learning disability and / or autism

Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour

Category of Need 3 - Children who are at risk of further offending and anti-social behaviour

Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation

Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety

Full notice text

Social and other specific services – public contracts

Contract award notice

Section I: Contracting authority

I.1) Name and addresses

Durham County Council

County Hall

DURHAM

DH15UQ

UK

Contact person: Donna Iley

E-mail: donna.iley@durham.gov.uk

NUTS: UKC14

Internet address(es)

Main address: www.durham.gov.uk

Address of the buyer profile: www.nepo.org

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Intensive Support and Crisis Intervention Services for Children, Young People and their Families

Reference number: 677209

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking a panel of multiple providers that can provide a managed service for intensive support and crisis intervention services for County Durham children, young people, and their families.

The Provider Panel has FIVE Lots as detailed below based on category of need.

LOT DESCRIPTION

Category of Need 1 - Children with social communication needs, including learning disability and / or autism

Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour

Category of Need 3 - Children who are at risk of further offending and anti-social behaviour

Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation

Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 1.00  GBP/ Highest offer: 12 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Category of Need 1 - Children with social communication needs, including learning disability and / or autism

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.

The Council makes no guarantee to any member of the Panel 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 Provider Panel.

Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).

The Provider Panel 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.

Lot No: 2

II.2.1) Title

Category of Need 2 - Children with severe and enduring mental health needs incorporating self-harming and self-injurious behaviour

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.

The Council makes no guarantee to any member of the Panel 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 Provider Panel.

Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).

The Provider Panel 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.

Lot No: 3

II.2.1) Title

Category of Need 3 - Children who are at risk of further offending and anti-social behaviour

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.

The Council makes no guarantee to any member of the Panel 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 Provider Panel.

Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).

The Provider Panel 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.

Lot No: 4

II.2.1) Title

Category of Need 4 - Children who are at risk of criminal exploitation, sexual exploitation and / or radicalisation

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.

The Council makes no guarantee to any member of the Panel 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 Provider Panel.

Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).

The Provider Panel 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.

Lot No: 5

II.2.1) Title

Category of Need 5 - Parent and Baby packages - where the child is at risk of neglectful parenting that fails to promote the child's wellbeing and day to day safety

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.2.4) Description of the procurement

This procurement is issued under an Open Tender process in line with Public Contracts Regulation 2015, under Regulation 74 of the Public Contracts Regulations 2015 for contracts for social and other specific services (Light Touch Regime).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This Provider Panel is a flexible agreement where, at the sole discretion of the Council, it may open the Panel to allow additional providers to be added to its membership. However, at the discretion of the Council, the Panel may remain closed should commissioners deem there be sufficient panel members to meet demand.

The Council makes no guarantee to any member of the Panel 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 Provider Panel.

Each Provider should understand that their submission constitutes an acceptance to the Council of the terms of the Provider Panel Agreement. A place on the Panel merely affords the Provider the opportunity to respond to an invitation from the Council for the provision of services (Call-Off).

The Provider Panel 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

IV.1.11) Main features of the award procedure:

+ Standard Call Off (without competition)

Where a Service is required the Council can approach the most suitable Provider for the service required and confirm with the Provider that they are able to provide the service required within the timescales. The capped hourly prices submitted by the Provider in its tender response during the tender process for the Provider Panel Agreement (Pricing Schedule) will be the maximum hourly price for the services. At the time of requesting the services, the Council will ask the Provider to submit their hourly rate which shall not exceed the capped hourly rate. Suitability of the Provider will be determined by the following factors (in no particular order):

• Social Worker / Commissioner / Health Representative's Professional Judgement

• Continuity of care

• Appropriateness of service delivery provision

• Location

• Urgency of requirement

• Price

• Mobilisation period

• Child and / or Family views and wishes

Note - This is not an exhaustive list

+ Call Off with further competition (mini-competition)

The Council may decide to run a call off competition involving the organisations who are on the Panel for the relevant required services. This will be done via NEPO.

In running any competition between some or all organisations on the Panel, the Council will set out the required qualitative and quantitative criteria. This will be detailed at each individual procurement exercise.

The Council will evaluate all bids on relevant price/quality criteria indicated at the time and must not exceed the capped hourly prices submitted during the tender process for the Provider Panel Agreement (Pricing Schedule).

The Provider who submits the most economically advantageous bid will be awarded the Call-Off Contract.

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-003206

Section V: Award of contract

Lot No: 1, 2, 3 and 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABL Health Ltd

07074944

Bolton

 BL4 0JL

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2, 3 and 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bespoke Guardians Ltd

11786646

Swindon

SN5 7XE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2, 3, 4 and 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Castleview Group Training Ltd

04317514

Chester le Street

DH2 1AN

UK

NUTS: UKC14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2 and 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Master Quality Healthcare Services Ltd

08337556

Wakefield

WF2 9SR

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2, 3 and 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Quality + Care Solutions Ltd

07745467

Castle Eden

TS27 4SU

UK

NUTS: UKC14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2 and 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TKS Staffing Ltd

09303403

Derby

DE24 3BR

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ROC Family Support Ltd

Newton Aycliffe

DL5 7ER

UK

NUTS: UKC14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Include in Autism CIC

10876482

Peterlee

SR8 2RB

UK

NUTS: UKC14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/04/2024

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Children North East

00090288

Newcastle upon Tyne

NE15 6QE

UK

NUTS: UKC2

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 12 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

04/04/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
donna.iley@durham.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.