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

Children’s Residential Personalised Block Contracts

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04a3a3
Published by:
Essex County Council
Authority ID:
AA20967
Publication date:
26 February 2025
Deadline date:
11 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Essex County Council have an opportunity for providers within the children’s residential and fostering space to enter into a block contract agreement, this will be for registered provision for children and young people under the age of 18, currently in unregistered settings. Providers must have provision that is Ofsted registered and, either in Essex or within 20 miles from Essex County Council’s geographic coverage / boundaries.

Please be advised that the contracts for this service will be commissioned under an initial term of twelve (12) months (subject to the enactment of the break clause as detailed in the draft terms and conditions for this procurement). Thereafter, the Council may, at its sole discretion, enact the options to extend the contract. For the avoidance of any further doubt, please note that this service is being commissioned with two (2) optional extension periods, each of which provide an additional twelve (12) month term. Therefore, the maximum duration of each contract per lot is three (3) years. In addition, please note that the provider(s) will be required to report their delivery of Social Value in relation to this service as a condition of the enactment of the contractual extensions. The Council will provide further details regarding this requirement with the successful bidder(s) during the contract management of this service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

UK

Contact person: Ms Rachel Horne

E-mail: Rachel.Horne@essex.gov.uk

NUTS: UKH3

Internet address(es)

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

Address of the buyer profile: https://www.essex.gov.uk/

I.3) Communication

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

https://procontract.due-north.com/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


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

Children’s Residential Personalised Block Contracts

Reference number: DN745245

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Essex County Council have an opportunity for providers within the children’s residential and fostering space to enter into a block contract agreement, this will be for registered provision for children and young people under the age of 18, currently in unregistered settings. Providers must have provision that is Ofsted registered and, either in Essex or within 20 miles from Essex County Council’s geographic coverage / boundaries.

Please be advised that the contracts for this service will be commissioned under an initial term of twelve (12) months (subject to the enactment of the break clause as detailed in the draft terms and conditions for this procurement). Thereafter, the Council may, at its sole discretion, enact the options to extend the contract. For the avoidance of any further doubt, please note that this service is being commissioned with two (2) optional extension periods, each of which provide an additional twelve (12) month term. Therefore, the maximum duration of each contract per lot is three (3) years. In addition, please note that the provider(s) will be required to report their delivery of Social Value in relation to this service as a condition of the enactment of the contractual extensions. The Council will provide further details regarding this requirement with the successful bidder(s) during the contract management of this service.

II.1.5) Estimated total value

Value excluding VAT: 19 656 000.00  GBP

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

Young Person 1

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Response / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two further 12 month extensions 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

Young Person 2

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two further 12 month extensions are 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

Young Person 3

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two optional 12 month extensions 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: 4

II.2.1) Title

Young Person 4

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two optional 12 month extensions 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: 5

II.2.1) Title

Young Person 5

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two optional 12 month extensions 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: 6

II.2.1) Title

Young Person 6

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two 12 month extensions 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: 7

II.2.1) Title

Young Person 7

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two 12 month extensions 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: 8

II.2.1) Title

Young Person 8

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two 12 month extensions 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: 9

II.2.1) Title

Young Person 9

II.2.2) Additional CPV code(s)

85311000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Please find below a summary of the Council’s key requirements for this lot:

The Council are not mandating precise details of how a provider should support a Child in Care, instead trusting in the specialisms, knowledge, and expertise of this market. This personalised specification approach allows providers (both fostering and residential) full autonomy and freedom around their individual model using their bids to detail how they will meet the individual needs of a Child in Care and the expected outcomes of this contract.

Exact details of Children in Care requiring a placement are individually outlined in each output specification, these each form a Lot. Each of these are anonymised referrals of a Young Person who is currently in an unregistered placement, or at risk of being in an unregistered placement, who requires a registered placement.

The Council will consider all registered children’s home/foster care placements so long as it is in accordance with the child or young person’s care plan, the Council are therefore able to consider solo, dual or group homes.

The Council are not mandating required minimum support hours (unless in accordance with a DoLS order) instead opting to hear from providers about how they best feel they can meet needs.

Placements for children and young people include those:

• With emotional and behavioural difficulties.

• With EHCP plans.

• With a history of disrupted familial relationships and/or have experienced break down of placements in foster care or children’s homes.

• Who have been at risk of harm.

• Who have experienced neglect.

• Who have experienced emotional abuse.

• Who have an identified or suspected neurodiversity.

Additional children and young people referred if / once the initial placement has ended are likely to include those aged 10-18 years old with behaviours including but not limited to:

• Self-harm, including suicidal thoughts.

• Offending

• Sexualised behaviours

• Fire setting

• Absconding

The placement is not required to accommodate children and young people with:

• Physical disabilities.

• Severe Learning disabilities.

• Acute mental health needs who require inpatient treatment.

• Clinical / nursing needs.

• Severe drug dependency not on a treatment support program.

In addition, the provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria For Providing the Provision include that the provider will have a registered children’s home vacancy or foster care placement which can be offered within the timescales detailed within the tender.

Furthermore, this service must be provided in accordance with the following conditions:

• The placement must be delivered in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

This service specification has been drafted in accordance with the Children’s Homes (England) Regulations 2015 (“the Regulations”) and accompanying guidance. The provider must adhere to the quality standards as set out within the Regulations when delivering children’s residential placements under this provision. These requirements include but are not limited to the provision of appropriately trained staff.

The service specification has also been drafted in accordance with Children Act 1989, Guidance and Regulations Volume 4 Fostering Services, the Care Standards Act 2000, the Adoption and Children Act 2002, the Children Act 2004 and the Children and Young Persons Act 2008.

Please be advised that the full scope of the Council’s requirements for this service are detailed in the overarching service specification which needs to be read in conjunction with the anonymised personal profile for this lot. These documents form part of the tender pack for this procurement which will be published on ProContract and can be accessed via:

https://procontract.due-north.com/

Please be advised that interested parties must register for a user account to access this opportunity via ProContract. If your organisation does not already hold a ProContract user account, please use the above link and follow the onscreen instructions to register for a user account.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 184 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

Two optional 12 month extensions 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As detailed within the tender documents.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.2) Contract performance conditions

The provider is to operate within Children’s homes / fostering regulations, Ofsted requirements, and ensure Regulation 44 visits are in place as applicable. Criteria for providing the provision include, but are not limited to, the following conditions:

• The successful bidder(s) must have a registered children’s home vacancy or foster care placement which can be offered within the timescales as detailed within the specification.

• The placement is in Essex or within 20 miles.

• The provider must aspire for an Ofsted rating of good or outstanding.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

Please note that this procurement will be open for a minimum of 15 calendar days, in line with the previously published PIN which was designed to alert tenderers of the upcoming opportunity. The justification for invoking shorter response period for this procurement is due to needing the successful provider(s) to have a vacancy, both at the point of submitting their tender response and still holding the vacancy at time of the contract award.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-030995

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

Date: 11/02/2025

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/02/2025

Local time: 12:00

Place:

Electronically via the inbuilt functionality within the Council's e-sender, ProContract.

Information about authorised persons and opening procedure:

Electronic process - the commercial officer will conduct the opening process via the inbuilt functionality within the Council's e-sender, ProContract. The Council is unable to accept any submissions which are issued outside the e-sender and does not have any discretion to accept any late submissions.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

27/01/2025

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85311000 Social work services with accommodation 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:
Rachel.Horne@essex.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.