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.

UK4

F002PA - Education Healthcare Plan Writing

  • First published: 29 April 2026
  • Last modified: 29 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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-05d40e
Published by:
Essex County Council
Authority ID:
AA20967
Publication date:
29 April 2026
Deadline date:
29 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Essex County Council ("the Council") is seeking to commission an external provider to prepare Education Healthcare Plans (EHCP) to enable the Council to fulfil its statutory duties under the Children and Families Act 2014 and the Special Educational Needs and Disabilities Code of Practice. Please be advised that whilst the Council is working towards a model where EHCPs are written internally, this procurement is also designed to facilitate the Council's ability to meet the demand for EHCPs during peak times in the academic year where the number of plans (new and amendments) exceed the internal capacity. Therefore, there is no guarantee of numbers under this contract and the resource needs to be flexible to meet demand. However, please note that further details regarding the current and projected demand for EHCPs is provided within the service specification which has been published as part of the tender documents.The successful bidder will be required to prepare EHCPs for children and young people (0-25) with significant special educational needs and disabilities (SEND). The EHCPs will detail the young person's:• Needs across education, health, and care• The young person's support requirements and desired outcomes The EHCPs will ensure that eligible children and young people receive coordinated, tailored support and help to secure resources for specialist provision.Please be advised that as a minimum, the EHCPs must be prepared in line with the following principles:• Fully comply with the Essex process for initiating assessments, undertaking assessments and drafting EHCPs (see: http://www.essexlocaloffer.org.uk/)• Write EHCPs for individual children and young people using information contained in a variety of report formats• EHCPs must comply with the requirements within the SEN Code of Practice https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/398815/SEND_Code_of_Practice_January_2015.pdf• Account needs to be taken of any guidance provided by the Department for Education or Essex County Council• Appoint and manage appropriately experienced and qualified staff to write the EHCPs• Ensure that there is sufficiency of trained staff to meet and deliver to Local Authority requirements and that there will be a continuous service delivery.• Ensure strict compliance with the Data Protection Act 1998 and all updates.Please be advised that further details regarding the Council's requirements for this service will be accessible from the dedicated specification which will be published on the Council's e-tendering platform, ProContract which can be accessed via: https://procontract.due-north.com/Please register for a user account to gain access to the tender documentation for this procurement opportunity, noting that the Council envisages that this opportunity will be published on Tuesday 28 April 2026. Explanatory notes:The contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation.In addition, please note that the budgetary information within this notice is stated inclusive of VAT due to the requirements of the form and the total budget for this service is £900,000. Similarly, please be advised that the contract for this service includes annual break clauses and the requirements are being commissioned under a 1+1+1 year term. Due to the constraints of the fields within this notice, the stated three (3) year contract duration represents the maximum contract term for this service.

Full notice text

Scope

Procurement reference

DN812242

Procurement description

Essex County Council ("the Council") is seeking to commission an external provider to prepare Education Healthcare Plans (EHCP) to enable the Council to fulfil its statutory duties under the Children and Families Act 2014 and the Special Educational Needs and Disabilities Code of Practice.

Please be advised that whilst the Council is working towards a model where EHCPs are written internally, this procurement is also designed to facilitate the Council's ability to meet the demand for EHCPs during peak times in the academic year where the number of plans (new and amendments) exceed the internal capacity. Therefore, there is no guarantee of numbers under this contract and the resource needs to be flexible to meet demand. However, please note that further details regarding the current and projected demand for EHCPs is provided within the service specification which has been published as part of the tender documents.

The successful bidder will be required to prepare EHCPs for children and young people (0-25) with significant special educational needs and disabilities (SEND). The EHCPs will detail the young person's:

• Needs across education, health, and care

• The young person's support requirements and desired outcomes

The EHCPs will ensure that eligible children and young people receive coordinated, tailored support and help to secure resources for specialist provision.

Please be advised that as a minimum, the EHCPs must be prepared in line with the following principles:

• Fully comply with the Essex process for initiating assessments, undertaking assessments and drafting EHCPs (see: http://www.essexlocaloffer.org.uk/)

• Write EHCPs for individual children and young people using information contained in a variety of report formats

• EHCPs must comply with the requirements within the SEN Code of Practice https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/398815/SEND_Code_of_Practice_January_2015.pdf

• Account needs to be taken of any guidance provided by the Department for Education or Essex County Council

• Appoint and manage appropriately experienced and qualified staff to write the EHCPs

• Ensure that there is sufficiency of trained staff to meet and deliver to Local Authority requirements and that there will be a continuous service delivery.

• Ensure strict compliance with the Data Protection Act 1998 and all updates.

Please be advised that further details regarding the Council's requirements for this service will be accessible from the dedicated specification which will be published on the Council's e-tendering platform, ProContract which can be accessed via: https://procontract.due-north.com/

Please register for a user account to gain access to the tender documentation for this procurement opportunity, noting that the Council envisages that this opportunity will be published on Tuesday 28 April 2026.

Explanatory notes:

The contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation.

In addition, please note that the budgetary information within this notice is stated inclusive of VAT due to the requirements of the form and the total budget for this service is £900,000. Similarly, please be advised that the contract for this service includes annual break clauses and the requirements are being commissioned under a 1+1+1 year term. Due to the constraints of the fields within this notice, the stated three (3) year contract duration represents the maximum contract term for this service.

Main category

Services

Delivery regions

  • UKH3 - Essex

Total value (estimated)

900000 GBP Including VAT

Contract dates (estimated)

03 August 2026, 00:00AM to 02 August 2029, 23:59PM

Contracting authority

Essex County Council

Identification register:

  • GB-PPON

Address 1: County Hall, Market Road

Town/City: Chelmsford

Postcode: CM1 1QH

Country: United Kingdom

Public Procurement Organisation Number: PWVM-4844-NRQH

NUTS code: UKH36

Email: sarah.ross@essex.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 80340000 - Special education services

Delivery regions

  • UKH3 - Essex

Lot value (estimated)

900000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

03 August 2026, 00:00AM

Contract end date (estimated)

02 August 2029, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please note that the full details regarding the conditions of participation for this procurement are detailed in the tender documents. However, for ease of reference, the successful bidder must satisfy the published evaluation criteria in relation to the following requirements:

Insurance - bidders must either already hold or commit to obtain prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability Insurance = £5 million

Public Liability Insurance = £5 million

Professional Indemnity Insurance = £2 million

E-procurement: bidders must commit to adhere to the published requirements regarding the use of electronic ordering, e-mail invoices and credit.

Financial standing: bidders must complete the published financial self-certification form which will be assessed on a risk basis to determine whether any form of guarantee or bond is required. If the latter applies to the highest ranked bidder, the Council will liaise with the affected bidder to confirm the precise requirements regarding obtaining any financial guarantees or bonds prior to the contractual award.

Conditions

Economic

Conditions of participation

Please note that the full details regarding the conditions of participation for this procurement are detailed in the tender documents. However, for ease of reference, the successful bidder must satisfy the published evaluation criteria in relation to the following requirements:

Modern slavery - bidders must confirm whether they are a relevant commercial organisation for the purposes of Modern Slavery.

Equality and Diversity -bidders must confirm whether they have been subject to any finding of unlawful discrimination by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK) in the last three (3) years. If this situation applies, the bidder is required to provide a written summary of the nature and outcome of the investigation. In addition, the bidder must explain what action (if any) they have taken to prevent unlawful discrimination from reoccurring.

In addition, bidders who are intending to rely on sub-contractors to deliver this service must confirm whether they hold processes to check whether the sub-contractors satisfy the specified conditions of participation regarding equality and diversity.

Environmental Management - bidders must confirm whether they have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority). If this situation applies, the bidder is required to provide provide details of the conviction or notice and details of any remedial action or changes they have implemented as a result of the conviction or notices served.

The Authority will not select bidder(s) that have been prosecuted or served notice under environmental legislation in the last 3 years, unless the Authority is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches.

In addition, bidders who are intending to rely on sub-contractors to deliver this service must confirm whether they hold processes to check whether any of the sub-contractors have been convicted or had a notice served upon them for infringement of environmental legislation.

Health and safety - bidders must self-certify that they hold a Health and Safety policy which complies with current legislative requirements. In addition, bidders must confirm whether their organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years. If the latter situation applies, the affected bidder is required to provide details of any enforcement/remedial orders served and give details of any remedial action or changes to procedures they have resultantly undertaken.

The Authority will exclude bidder(s) that have been in receipt of enforcement/remedial action orders unless the bidder(s) can demonstrate to the Authority's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.

In addition, bidders who are intending to rely on sub-contractors to deliver this service must confirm whether they hold processes to check whether any of the sub-contractors hold the requisite Health and Safety policies and if they are affected by the aforementioned issues regarding Health and Safety.

Where the Bidder does not meet any of these requirements regarding Modern Slavery, Equality and Diversity, Environmental Management and Health and Safety, they have the opportunity to provide details of any mitigating/remedial actions which they have undertaken to address the issues. However, unless the Bidder can demonstrate to the Council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches, their bid will be excluded from this tender.

Information governance - bidders must complete and satisfy the published requirements of the data protection compliance questionnaire for this procurement.

Safeguarding - bidders must self-certify that they hold and will continue to adhere to the specified safeguarding requirements for this procurement, including but not limited to, safeguarding responsibility within the organisation, holding a safeguarding policy and the associated review date, holding a safe recruitment policy and safeguarding training.

Award criteria

Type: price

Name

Price

Description

As detailed in the tender documents which are accessible via ProContract: https://procontract.due-north.com/

Weighting: 50

Weighting type: percentageExact

Type: quality

Name

Quality

Description

As detailed in the tender documents which are accessible via ProContract: https://procontract.due-north.com/

Weighting: 45

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Please note that 5% of the qualitative evaluation weighting for this procurement has been assigned to Social Value. Full details of the Social Value requirements for this procurement are published within the tender documentation which is accessible via ProContract: https://procontract.due-north.com/

Weighting: 5

Weighting type: percentageExact

Submission

Tender submission deadline

28 May 2026, 12:00PM

Date of award of contract

29 June 2026, 23:59PM

Submission address and any special instructions

Electronically via the inbuilt functionality within the Council's e-sender, ProContract:https://procontract.due-north.com/

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80340000 Special education services Higher education services

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.