Contract notice
Section I: Contracting
authority
I.1) Name and addresses
DERBY CITY COUNCIL
Corporation Street
Derby
DE1 2FS
UK
Contact person: Paul Hallsworth
Telephone: +44 1332640768
E-mail: procurement@derby.gov.uk
NUTS: UKF11
Internet address(es)
Main address: www.derby.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.eastmidstenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.eastmidstenders.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
For the Provision of an Emotional Health and Wellbeing Service for Children in Care
Reference number: TD2159
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Derby City Council (the Council) is undertaking this procurement on behalf of itself and the Derby and Derbyshire NHS Integrated Commissioning Board to establish a contract for the provision of an Emotional Health and Wellbeing Service for Children in Care.
We seek a single provider, lead provider, or consortium to deliver a trauma informed service which embeds and delivers interventions to children in care (CIC) and their therapeutic parenting team which meets their individual emotional and mental health needs and creates stability in placements.
The service will ensure the needs of the child are paramount, using a range of interventions via direct or indirect work. This will deliver to all children in care who meet the inclusion criteria, including those children who are placed within the Local Authority boundaries from other areas. It will also include those who are cared for by the Local Authorities approved foster carers, that live never more than 5 miles outside of the Derbyshire Footprint.
The overall aim of the service is to improve the emotional health and wellbeing of CIC via direct support to the child and / or indirect support to the therapeutic parenting team.
The service will offer a range of appropriate evidence based, trauma informed interventions, both group and one to one. The service is not expected to prescribe medications, nor does it need to be CQC registered.
In addition to the core specification, we are including a two year "proof of concept" service for Children in Care with complex needs through a Coordination and Advisory Team.
The contract term for this element of the specification is 19 months; commencing in line with the core requirement on 1st September 2025 and expiring 31st March 2027. (the incumbent provider is expecting to commence the service within its existing service delivery from April 2025).
II.1.5) Estimated total value
Value excluding VAT:
6 746 050.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKF11
II.2.4) Description of the procurement
Derby City Council (the Council) is undertaking this procurement on behalf of itself and the Derby and Derbyshire NHS Integrated Commissioning Board to establish a contract for the provision of an Emotional Health and Wellbeing Service for Children in Care.
We seek a single provider, lead provider, or consortium to deliver a trauma informed service which embeds and delivers interventions to children in care (CIC) and their therapeutic parenting team which meets their individual emotional and mental health needs and creates stability in placements.
The service will ensure the needs of the child are paramount, using a range of interventions via direct or indirect work. This will deliver to all children in care who meet the inclusion criteria, including those children who are placed within the Local Authority boundaries from other areas. It will also include those who are cared for by the Local Authorities approved foster carers, that live never more than 5 miles outside of the Derbyshire Footprint.
The overall aim of the service is to improve the emotional health and wellbeing of CIC via direct support to the child and / or indirect support to the therapeutic parenting team.
The service will offer a range of appropriate evidence based, trauma informed interventions, both group and one to one. The service is not expected to prescribe medications, nor does it need to be CQC registered.
In addition to the core specification, we are including a two year "proof of concept" service for Children in Care with complex needs through a Coordination and Advisory Team.
The contract term for this element of the specification is 19 months; commencing in line with the core requirement on 1st September 2025 and expiring 31st March 2027. (the incumbent provider is expecting to commence the service within its existing service delivery from April 2025).
For information: The agreement with the successful bidder will have, as parties to it, Derby City Council, NHS Derby and Derbyshire Integrated Care Board and Derbyshire County Council. Derby City Council and Derbyshire County Council will refer young people to the service and both, with the additional of the NHS Derby and Derbyshire Integrated Care Board, will be responsible for the contract management.
Under this procurement the supplier is required to participate actively in the economic and social regeneration of the locality of and surrounding the area served by Derby City Council. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 746 050.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Up to two annual extensions, making the overall contract period up to five years. Potential dates for advertising renewals if options are not taken are March 2028 and March 2029.
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:
Yes
Description of options:
Up to two annual extensions, making the overall contract period up to five years. Potential dates for advertising renewals if options are not taken are March 2028 and March 2029.
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
Please note suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on Monday 24th March 2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 10.00am on Tuesday 25th March 2025.
Documents are available at www.eastmidstenders.org
Please search for TD2159
Please note: we will only accept expressions of interest through the e-tendering system.
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:
Information and formalities necessary for evaluating if requirements are met:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where
he has entered into an arrangement with creditors, where he has suspended business activities or is
in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding
up the administration by the court or of an arrangement with creditors or of any other similar
proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the
legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract
authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions of the country in which he is established or with those of the
country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal
provisions of the country in which he is established or with those of the country of the contracting
authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section
or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in
Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of
26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention
relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in
Article 1 of Council
Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the
purpose of money laundering.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 23:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/03/2025
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Up to two annual extensions, making the overall contract period up to five years. Potential dates for advertising renewals if options are not taken are March 2028 and March 2029.
VI.3) Additional information
Please note suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on Monday 24th March 2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 10.00am on Tuesday 25th March 2025.
Documents are available at www.eastmidstenders.org
Please search for TD2159
Please note: we will only accept expressions of interest through the e-tendering system.
VI.4) Procedures for review
VI.4.1) Review body
Derby City Council
Derby
DE1 2FS
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Derby City Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into].
VI.5) Date of dispatch of this notice
18/02/2025