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

CCS028 Therapeutic Assessment to Support Education and Health Care Plan Delivery

  • First published: 13 June 2024
  • Last modified: 13 June 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03cfd4
Published by:
Derbyshire County Council
Authority ID:
AA20652
Publication date:
13 June 2024
Deadline date:
12 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Derbyshire County Council, Derby City Council, Nottinghamshire County Council and Nottingham City Council (D2N2) form a regional cluster in which we aim to collaborate to deliver better outcomes for children.

Within this cluster, it has become evident that there is a need for further support from external providers to ensure effective, timely and valuable delivery of assessments to support Education and Health Care Plan (EHCP) delivery for our Children, who require this support.

To facilitate more cohesive and efficient delivery of therapeutic assessments which support EHCP delivery and to ensure better outcomes for children whose educational needs are the responsibility of the D2N2 Councils are publishing an opportunity for providers to join a framework.

The services to be provided through this framework have been split into 4 lots:

a) Lot 1: Educational Psychology

b) Lot 2: Speech and Language Therapy

c) Lot 3: Occupational Therapy and Sensory Therapy

d) Lot 4: Physiotherapy

Providers can tender for one or multiple lots, assessment and/or delivery, and do not need to deliver their services to all areas covered by the D2N2 Framework. The framework will be procured under the "Light Touch Regime" for Social and Other Specific Services, and the Councils anticipate that framework will be reopened periodically to new applicants.

Full notice text

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Section I: Contracting authority

I.1) Name and addresses

Derbyshire County Council

County Hall

Matlock

DE4 3AG

UK

Contact person: Mr Toby Ashton

Telephone: +44 1629536230

E-mail: toby.ashton@derbyshire.gov.uk

NUTS: UKF1

Internet address(es)

Main address: http://www.derbyshire.gov.uk/

Address of the buyer profile: https://www.eastmidstenders.org/

I.1) Name and addresses

Derby City Council

Derby

UK

Contact person: Toby Ashton

E-mail: toby.ashton@derbyshire.gov.uk

NUTS: UKF1

Internet address(es)

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

I.1) Name and addresses

Nottingham City Council

Nottingham

UK

Contact person: Toby Ashton

E-mail: toby.ashton@derbyshire.gov.uk

NUTS: UKF1

Internet address(es)

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

I.1) Name and addresses

Nottinghamshire County Council

Nottingham

UK

Contact person: Toby Ashton

E-mail: toby.ashton@derbyshire.gov.uk

NUTS: UKF1

Internet address(es)

Main address: https://nottinghamshire.gov.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=131deaaa-a2fb-ed11-8122-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=131deaaa-a2fb-ed11-8122-005056b64545


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

CCS028 Therapeutic Assessment to Support Education and Health Care Plan Delivery

Reference number: DN672076

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Derbyshire County Council, Derby City Council, Nottinghamshire County Council and Nottingham City Council (D2N2) form a regional cluster in which we aim to collaborate to deliver better outcomes for children.

Within this cluster, it has become evident that there is a need for further support from external providers to ensure effective, timely and valuable delivery of assessments to support Education and Health Care Plan (EHCP) delivery for our Children, who require this support.

To facilitate more cohesive and efficient delivery of therapeutic assessments which support EHCP delivery and to ensure better outcomes for children whose educational needs are the responsibility of the D2N2 Councils are publishing an opportunity for providers to join a framework.

The services to be provided through this framework have been split into 4 lots:

a) Lot 1: Educational Psychology

b) Lot 2: Speech and Language Therapy

c) Lot 3: Occupational Therapy and Sensory Therapy

d) Lot 4: Physiotherapy

Providers can tender for one or multiple lots, assessment and/or delivery, and do not need to deliver their services to all areas covered by the D2N2 Framework. The framework will be procured under the "Light Touch Regime" for Social and Other Specific Services, and the Councils anticipate that framework will be reopened periodically to new applicants.

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

Lot 1: Educational Psychology

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

Education Psychologist’s (EP) skills in research and development are used, in collaboration with schools and other services to ensure that it’s work is based upon the best available evidence of what works.

Eligibility to Deliver Services: Providers are required to be qualified to MSC or Doctorate level in Educational Psychology, and have active registration with the Health and Care Professions Council (HCPC), and maintain their registration during the entire period when undertaking work under this framework.

Service Delivery: EPs shall be required to carry out assessments of children and young people’s strengths and needs, working collaboratively to improve outcomes for children and young people from 0–25 in their learning and social and emotional development and/or to deliver the educational psychology services required.

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

Lot 2 - Speech and Language Therapy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

Supporting children’s speech, language and communication contributes to a wide range of outcomes in achievement, social competence, behaviour and mental health. 7% of children aged about 5 years have specific speech and language impairment (Tomblin et al 1997, Law et al, 2000)

It is estimated that a further 1.8% (1753 per 100,000 population) have speech and language communication needs linked to other conditions such as learning disability, cerebral palsy, autism spectrum disorders (taken from Enderby et al, 2013). Evidence indicates that SaLT interventions reduce the risks of lower educational attainments, behavioural, emotional and social difficulties.

Eligibility to Deliver Service: Applicants shall be qualified to BSC or PGDip in speech and language therapy as a minimum (and may also hold MSC or Doctorate level qualifications in Speech and Language Therapy), and have active registration with the Health and Care Professions Council (HCPC) and Royal College of Speech and Language Therapists (RCSLT), which should be maintained during the entire period when undertaking work under this contract.

Service Delivery: Therapists shall be required to carry out assessments and/or deliver the Speech and Language Therapy services required.

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

Lot 3 Occupational and Sensory Therapy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

The Occupational and Sensory Therapy services skills in delivery and development are used, in collaboration with schools and other services to ensure that it’s work is based upon the best available evidence of what works, for the support of children and young people.

Eligibility to Deliver Service: Applicants shall be qualified to BSC or PGDip in Occupational and/or Sensory Therapy as a minimum (and may also hold MSC or Doctorate level qualifications in Occupational and/or Sensory Therapy), and have active registration with the Health and Care Professions Council (HCPC) and Royal College of Occupational Therapists (RCOT), which should be maintained during the entire period when undertaking work under this contract.

Service Delivery: Therapists shall be required to carry out assessments and/or deliver the Occupational and Sensory Therapy services required.

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

Lot 4 - Physiotherapy

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

Physiotherapist’s skills in musculoskeletal systems are used in collaboration with schools and other services to ensure that their work is based upon the best available evidence of what works for individual learners.

Eligibility to Deliver Service: Providers are required to be qualified to BSC in Physiotherapy, have active registration with the Health and Care Professions Council (HCPC), and maintain their legislation during the entire period when undertaking work under this framework.

Service Delivery: Care packages shall be tailored to individual needs and will be delivered by therapists from a broad skills and knowledge base, to meet a broad spectrum of needs and degrees of complexity/specialty, enabling flexible and responsive delivery by the multi-disciplinary workforce supported by multi-skilled individuals. Physiotherapists will carry out assessments of children and young people’s strengths and needs in relation to their physiotherapy needs, and/or deliver the Speech and Language Therapy services required.

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As set out in the tender documentation.

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

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

Justification for any framework agreement duration exceeding 4 years: As set out in the tender documentation.

IV.1.11) Main features of the award procedure:

Tenders shall be evaluated as follows:

• Selection questionnaire - Pass / Fail

• Response to Appendix B Framework Response Document – Pass / Fail

• Supplier Information Security – Pass / Fail

All Tenderers who are assessed to have achieved a pass for the above three criteria will be awarded a place on the framework

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-026220

IV.2.2) Time limit for receipt of expressions of interest

Date: 12/07/2024

Local time: 11:00

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

EN

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Technology and Construction Court

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Derbyshire County Council will incorporate a minimum 10 calendar days (or 15 if non electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1. If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible.

VI.4.4) Service from which information about the review procedure may be obtained

Derbyshire County Council

Matlock

UK

E-mail: procurement@derbyshire.gov.uk

VI.5) Date of dispatch of this notice

12/06/2024

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:
toby.ashton@derbyshire.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.