By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Specialist Parenting Assessments 1.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Birmingham City Council, People Directorate - Children, Young People and Families
Children's Commissioning Team, PO Box 16551, 10 Woodcock Street
Contact point(s): Childrens Commissioning Team
For the attention of: John Freeman
B2 2FT Birmingham
UNITED KINGDOM
Telephone: +44 1216757564
E-mail:

Internet address(es):

General address of the contracting authority: www.finditinbirmingham.com

Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Specialist Parenting Assessments 1.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 1 050 000 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of high quality and effective specialist parenting assessments is essential for the business of Children's Social Care (CSC) and contributes to the strategic priority of protecting children from significant harm.
- Our primary purpose is to ensure that children are protected from significant harm and their development and well-being are promoted. We do this by working openly with children and families and collaboratively with partners across the city.
- We will work openly with children and their families to bring about change, in solution-focused ways, building on their strengths, so that parents and carers are able to provide good parenting, consistent boundaries and emotional warmth, allowing children to develop life skills and resilience.
- We are committed to supporting children to remain within their family wherever possible. We value the importance of direct social work and family support work with families as a means of enabling change, responding through support and challenge to the diverse emotional, cultural and material needs of each child and their family.
- We recognise that bringing about change and building resilience in families, who are often very disadvantaged, is difficult and challenging work requiring skilled and confident social workers and family workers who need to be supported by good leadership and management, supervision and learning opportunities.
Tenders are invited for the provision of Specialist Parenting Assessments. A Framework Agreement will be set up with 3 Lots comprising:
- Residential Assessments;
- Community Based Assessments; and
- Psychological assessments/cognitive functioning testing.
This will be a 2-year contract for the period 1.4.2016 to 31.3.2018 with an option to extend for a further 2 years subject to satisfactory performance and budget availability.
II.1.6)Common procurement vocabulary (CPV)

85000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: Option to extend 2 year contract for an additional 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.4.2016. Completion 30.3.2018

Information about lots

Lot No: 1 Lot title: Residential Parenting Assessments
1)Short description
Residential Parenting Assessments.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Community Based Parenting Assessments
1)Short description
Community Based Parenting Assessments.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Psychological assessments/cognitive functioning testing of parents
1)Short description
Psychological assessments/cognitive functioning testing of parents.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations. In addition the successful bidders who will offer their service to Birmingham City Council will be expected to sign up to the Birmingham Business Charter for Social Responsibility (see tender document).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: as set out in the Tender Documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Tender Documentation.
Minimum level(s) of standards possibly required: As set out in the Tender Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Tender Documentation.
Minimum level(s) of standards possibly required:
As set out in the Tender Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: It is expected that significant elements of the service specification will be carried out by qualified and registered Social Workers and Psychologists.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C0118
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.11.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.11.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.10.2015

Other interesting websites