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 Notice

SCC JM - Independent Expert Assessment Service DPS

  • First published: 10 April 2024
  • Last modified: 10 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-0450cf
Published by:
Surrey County Council
Authority ID:
AA0050
Publication date:
10 April 2024
Deadline date:
15 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Surrey County Council (SCC) wishes to establish a ‘Light Touch’ Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Expert Assessment Services for an initial period of 3 years + with optional further extension provisions for an additional 2 years (total term of 5 years).

The contract is divided into 3 Lots and sub-lots under Lot 1:

Lot 1: Assessments Completed by Expert Witnesses

• Lot 1a: Assessments completed by Independent Social Workers (ISWs)

• Lot 1b: Assessments completed Psychologists

• Lot 1c: Assessments completed by Psychiatrists

• Lot 1d: Assessments completed by All Other Experts

Lot 2: Special Guardianship Order (SGO) Assessments

Lot 3: Multi-disciplinary / Community Assessments

Bidders are invited to apply for one lot or sub-lot or multiple lots or sub-lot(s).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

UK

Contact person: Joanna Madejczyk

E-mail: joanna.madejczyk@surreycc.go.uk

NUTS: UKJ2

Internet address(es)

Main address: https://www.surreycc.gov.uk

Address of the buyer profile: https://supplierlive.proactisp2p.com/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#


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

SCC JM - Independent Expert Assessment Service DPS

Reference number: DN2603

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Surrey County Council (SCC) wishes to establish a ‘Light Touch’ Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Expert Assessment Services for an initial period of 3 years + with optional further extension provisions for an additional 2 years (total term of 5 years).

The contract is divided into 3 Lots and sub-lots under Lot 1:

Lot 1: Assessments Completed by Expert Witnesses

• Lot 1a: Assessments completed by Independent Social Workers (ISWs)

• Lot 1b: Assessments completed Psychologists

• Lot 1c: Assessments completed by Psychiatrists

• Lot 1d: Assessments completed by All Other Experts

Lot 2: Special Guardianship Order (SGO) Assessments

Lot 3: Multi-disciplinary / Community Assessments

Bidders are invited to apply for one lot or sub-lot or multiple lots or sub-lot(s).

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Assessments Completed by Expert Witnesses

II.2.2) Additional CPV code(s)

85300000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Expert Witnesses are required to provide high quality, evidence based assessments and reports for children, adolescents, and adults to help inform child protection and care planning decision-making.

This Lot 1 is further divided into sub-lots:

Lot 1a: Assessments completed by Independent Social Workers (ISWs)

Lot 1b: Assessments completed Psychologists

Lot 1c: Assessments completed by Psychiatrists

Lot 1d: Assessments completed by All Other Experts

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

up to 2 years extension option available

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Special Guardianship Order (SGO) Assessments

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Qualified Social Workers are required to undertake high quality, evidence-based Special Guardianship Order (SGO) Assessments on behalf of SCC, in locations across the United Kingdom (England, Wales, Scotland and Northern Ireland). Assessments are to be conducted professionally, sensitively and in a timely fashion, in line with the Family Justice Council: Best Practice Guidance: SGOs (2021) , SCC SGO policy and guidance (2023) and Friends and Family policy (2022)

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

up to 2 years extension option available

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Multi-disciplinary / Community Assessments

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

This service may be requested by the court with a stipulated package of support undertaken in the family home and / or in the family’s local community, over a period of an agreed number of weeks.

The support may include regular planned appointments and observations over a number weeks in the community, or may involve a more intensive home based 24 hour a day, 7 days a week observations, monitoring and support, from a highly skilled team supporting the family. This lot may require a bespoke assessment, which enables opportunities for families to remain together during the assessment period in their own homes, when it is seemed safe and appropriate.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

up to 2 years extension option available

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/05/2024

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

High Court

London

UK

VI.5) Date of dispatch of this notice

09/04/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85300000 Social work and related services Health and social work 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:
joanna.madejczyk@surreycc.go.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.