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

Therapeutic Adoption Support Services for Children Placed for Adoption and Adopted, Subject to a Special Guardianship Order/Child Arrangements Order through Durham County Council

  • First published: 18 August 2025
  • Last modified: 18 August 2025
  • Record interest

     

  • 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-04ce85
Published by:
Durham County Council
Authority ID:
AA20771
Publication date:
18 August 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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

Corten House, Dunholme Close

Durham

DH15WB

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.open-uk.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

Therapeutic Adoption Support Services for Children Placed for Adoption and Adopted, Subject to a Special Guardianship Order/Child Arrangements Order through Durham County Council

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.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.

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: 1 050 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Specialist Assessments of Therapeutic Need ("SA")

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 2

II.2.1) Title

Play Therapies

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 3

II.2.1) Title

Creative Therapies

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 4

II.2.1) Title

Therapeutic/Attachment Focused Parenting Support & Programmes

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 5

II.2.1) Title

Therapeutic Life Story work

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 6

II.2.1) Title

Psychotherapy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 7

II.2.1) Title

Sensory Integration Processing Therapy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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.

Lot No: 8

II.2.1) Title

Group Programmes (including training)

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKC14

II.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.

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 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-000638

Section V: Award of contract

Lot No: 2, 3, 4, 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Amber Shield Therapeutic Services

Hartlepool

UK

NUTS: UKC11

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 4, 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Carolyn Morgan Therapy Services

Whitley Bay

UK

NUTS: UKC2

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 4, 8

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Dr Lauren Baldwin

14250932

Middlesborough

UK

NUTS: UKC1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2, 4, 6, 7, 8

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Nurturing Families

Belmont

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2, 3, 4, 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Reflection Room Therapy Service

Hartlepool

UK

NUTS: UKC1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4, 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Sharon Summers Sensibility & Untold Stories

Northumberland

UK

NUTS: UKC

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4, 7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Ingrid Ayling Ford

Chester le Street

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2, 3, 5, 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

The Bungalow Partnership

1160501

Middlesbrough

UK

NUTS: UKC1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  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

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Acorn Children & Families Wellbeing Limited

12042593

Marske by the Sea

UK

NUTS: UKC1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  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

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Focus Mental Health Solutions

14650738

London

UK

NUTS: UKI

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Easton Care Ltd

15655980

Chester le Street

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Graeme Rowlings

Boldon

UK

NUTS: UKC23

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

John Williams Therapy

Stockton-on-Tees

UK

NUTS: UKC1

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Laura Elliott

Durham

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Rachel Ineson Independent Occupational Therapist

Durham

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

//

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 19

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

V.2.3) Name and address of the contractor

Tree Tops Occupational Therapy Limited

04167617

Aycliffe

UK

NUTS: UKC14

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 1 050 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Courts of England and Wales

Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

11/08/2025

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.