Tender for Residential Parenting Assessments
Residential parenting assessments conducted in residential family centres are intended to provide robust, fair and evidence based assessments of parenting skills and capability for local authorities and the courts.
United Kingdom-Kingston upon Thames: Health and social work services
2016/S 214-390673
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Surrey County Council
County Hall, Penrhyn Road
Contact point(s): UKJ2
For the attention of: For the attention of: Procurement Sourcing Team
KT1 2DN Kingston upon Thames
United Kingdom
Telephone: +44 2085419000
E-mail: procurement.sourcing@surreycc.gov.uk
Internet address(es):
General address of the contracting authority: http://www.surreycc.gov.uk
Address of the buyer profile: http://www.sesharedservices.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKJ2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 4 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
Surrey County Council is seeking to establish a framework agreement for the provision of residential parenting assessments. Residential parenting assessments conducted in residential family centres are intended to provide robust, fair and evidence based assessments of parenting skills and capability for local authorities and the courts. Assessments are undertaken in accordance with the Framework for Assessment of Children in Need and their Families and should take into account: a child’s developmental needs; the capacity of the parents to support their child’s development and respond appropriately to their needs; and wider family and environmental factors that may impact on the child’s development and parenting capacity.
Changes in the Public Law outline has reaffirmed expectations on all local authorities to ensure that the plans for children are clear before applications are made to court. The impact of this has been the expectation that the assessments are to be comprehensive, of high standard, and where appropriate to be completed in advance of court and once in court the matter is concluded within 26 weeks. The Framework is being established to support this.
The Framework will consist of two (2) lots based on geography, with services commissioned through direct award based on 1) availability, 2) matching and 3) cost.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — Providers located in London and the South East
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Lot No: 2 Lot title: Lot 2: Providers located in England, outside of London and the South East region (East of England, South West, East Midlands, West Midlands, Yorkshire and the Humber, North West, North East regions)
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The supplier may also be required to actively participate in the achievement of social and/or environmental objectives including those relating to recruitment, training and supply chaininitiatives. Accordingly contract performance conditions may relate in particular to such social and/or environmental considerations. Further details of these conditions will be set out in the contract documents whererelevant.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.3)Technical capacity
Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required:
Any such requirements will be included in the invitation to tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Pricing. Weighting 30
IV.2.2)Information about electronic auction
Additional information about electronic auction: Surrey County Council reserves the right to use an electronic auction.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement
Accordingly, this tender will take into account the social value priorities of Surrey County Council relating to the economic, social and environmental well-being of the local area. Delivering social value is about delivering added value. It is not about ‘business as usual’. It is about deploying economic capacity effectively to secure a significant incremental contribution to society in general and to local communities in particular. For the Council it is a fundamental part of assessing value for money and determining the most economically advantageous tender therefore the Council will be actively seeking partners who share this commitment to social value and who are willing to work proactively to deliver social value within the local area.
Proposals received in response to this notice will therefore in part be evaluated on the basis of the tenderer’s approach to delivering social value. Tenderers will be required to submit their social value proposal using the Councils Social Value Measurement Framework which will be provided as part of the ITT. Social value priorities are outlined in the social value measurement framework and tenderers will be required to select and commit to social value measures that are relevant and proportional to their offer and within their capacity and capability to deliver. These measures will be evaluated using financial proxies that have been developed by the Council using published research, benchmarking and local engagement.
Proposals made at the tendering stage will form a contractual commitment and will be monitored using key performance indicators during the contract term.
The Council reserve the right to extend this opportunity to Brighton & Hove City Council.
VI.4.1)Body responsible for appeal procedures
Surrey County Council
County Hall, Penrhyn Road
KT1 2DN Kingston upon Thames
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Fostering Agencies Requirement Hampshire
Fostering and Continuing Care Services Across Scotland
East Midlands Regional Children’s Framework Agreement