← Back to opportunities

Bespoke Packages of Care Service for Children in Need, Children in Care, Children with a Disability and Children subject to a Child Protection Plan

London Borough of Barking and Dagenham

Buyer Contact Info

Buyer Name: London Borough of Barking and Dagenham

Buyer Address: Town Hall, Barking, UKI52, IG11 7LU, United Kingdom

Contact Email: Procurement@lbbd.gov.uk

Status
active
Procedure
open
Value
3400000.0 GBP
Gross: 4080000 GBP
Published
16 Apr 2025, 16:17
Deadline
23 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85000000 - Health and social work services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The London Borough of Barking and Dagenham has a legal responsibility to safeguard and promote the welfare of children and young people in their area in accordance with section 17 of the Children's Act 1989. The Council is advertising to seek tenders from suitably experienced and qualified organisations to join our new open framework of providers for the provision of Bespoke Packages of Care Services. The new contracts are expected to run for a period of eight (8) years commencing on the 01st of October 2025. The award of contracts will be based on the most advantageous tender. The service will provide bespoke support and intervention packages of care for children in need, children in care, children with disabilities and children subject to a child protection plan. The support and intervention will be targeted and focused on the following type of cases: Edge of care: intervention is targeted towards families whose children are at risk of coming into care without significant intervention. Bespoke packages will be specifically focused on ameliorating familial issues, reducing the need of children and/or young people to come into the care system Rehabilitation: intervention is targeted at children and/or young people that are already in the care system. Bespoke packages will be specifically focused on preparing the children/young people and their families for reunification, and thus exit from the care system to return home safely. Fragile Placement/Outreach Packages: intervention is targeted at children and/or young people who are already in the care system with a placement that is on the verge of breakdown. Bespoke packages will be specifically focused on preventing placement breakdown. Support packages could be put in place for hours, days, weeks or months. The type of support required will vary from family to family but will not include domestic or home care. Support and intervention packages will be tailored specifically by the Councils Specialist Intervention Service, to meet the needs of the child/young person and/or their families. Contractors will be required to deliver the support and intervention under the co-ordination of the Specialist Intervention Service. To achieve our vision, we will need to work with contractors who can demonstrate specific experience for this specialist area of work. Organisations who wish to express an interest must: Have at least one-year relevant experience in delivering this type of service; Employ Family Support Workers with relevant experience of working within a children's social care setting or similar e.g. residential children's home, school support or have relevant experience that is transferable. Have a qualified and experienced Social Work Manager who can demonstrate the following: a valid Social Work England (SWE) registration; a minimum of two years child protection experience; a minimum of two years court experience, including court proceedings; who supervises, directs and guides all Family Support Workers, required for this service Agree to work in partnership with the Local Authority and adhere to a strict performance monitoring programme.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/015699-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 3,400,000

Lot 1 Value (Gross): GBP 4,080,000

Lot 1 Contract Start: 2025-10-01T00:00:00+01:00

Lot 1 Contract End: 2033-09-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Price (45%)

Lot 1 Award Criterion (quality): Quality (45%)

Lot 1 Award Criterion (quality): Social value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PPYP-9821-RZGJ",
    "name": "London Borough of Barking and Dagenham"
  },
  "date": "2025-04-16T17:17:55+01:00",
  "id": "015699-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04e97f",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Barking",
        "postalCode": "IG11 7LU",
        "region": "UKI52",
        "streetAddress": "Town Hall"
      },
      "contactPoint": {
        "email": "Procurement@lbbd.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.lbbd.gov.uk"
      },
      "id": "GB-PPON-PPYP-9821-RZGJ",
      "identifier": {
        "id": "PPYP-9821-RZGJ",
        "scheme": "GB-PPON"
      },
      "name": "London Borough of Barking and Dagenham",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-08-18T23:59:59+01:00"
    },
    "description": "The London Borough of Barking and Dagenham has a legal responsibility to safeguard and promote the welfare of children and young people in their area in accordance with section 17 of the Children\u0027s Act 1989. The Council is advertising to seek tenders from suitably experienced and qualified organisations to join our new open framework of providers for the provision of Bespoke Packages of Care Services.\nThe new contracts are expected to run for a period of eight (8) years commencing on the 01st of October 2025. The award of contracts will be based on the most advantageous tender.\nThe service will provide bespoke support and intervention packages of care for children in need, children in care, children with disabilities and children subject to a child protection plan. The support and intervention will be targeted and focused on the following type of cases:\nEdge of care: intervention is targeted towards families whose children are at risk of coming into care without significant intervention. Bespoke packages will be specifically focused on ameliorating familial issues, reducing the need of children and/or young people to come into the care system\nRehabilitation: intervention is targeted at children and/or young people that are already in the care system. Bespoke packages will be specifically focused on preparing the children/young people and their families for reunification, and thus exit from the care system to return home safely.\nFragile Placement/Outreach Packages: intervention is targeted at children and/or young people who are already in the care system with a placement that is on the verge of breakdown. Bespoke packages will be specifically focused on preventing placement breakdown.\nSupport packages could be put in place for hours, days, weeks or months. The type of support required will vary from family to family but will not include domestic or home care.\nSupport and intervention packages will be tailored specifically by the Councils Specialist Intervention Service, to meet the needs of the child/young person and/or their families. Contractors will be required to deliver the support and intervention under the co-ordination of the Specialist Intervention Service.\nTo achieve our vision, we will need to work with contractors who can demonstrate specific experience for this specialist area of work. Organisations who wish to express an interest must:\nHave at least one-year relevant experience in delivering this type of service;\nEmploy Family Support Workers with relevant experience of working within a children\u0027s social care setting or similar e.g. residential children\u0027s home, school support or have relevant experience that is transferable.\nHave a qualified and experienced Social Work Manager who can demonstrate the following:\na valid Social Work England (SWE) registration;\na minimum of two years child protection experience;\na minimum of two years court experience, including court proceedings;\nwho supervises, directs and guides all Family Support Workers, required for this service\nAgree to work in partnership with the Local Authority and adhere to a strict performance monitoring programme.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-04-16T17:17:55+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "015699-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/015699-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-05-16T12:00:00+01:00"
    },
    "id": "ocds-h6vhtk-04e97f",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI52"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Submitted prices on the pricing schedule",
              "name": "Price",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Submitted responses to quality questions",
              "name": "Quality",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Submitted responses to social value questions",
              "name": "Social value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2033-09-30T23:59:59+01:00",
          "startDate": "2025-10-01T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers must answer the following;\n1.1\tAre you able to provide a copy of your audited accounts for the last two years, if requested?\nIf no, can you provide one of the following: check relevant Yes or No box.\n(1.1a)\tA statement of the turnover, Profit and Loss Account/Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation.\n(1.1b)\tA statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.\n(1.1c)\tAlternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).",
              "type": "economic"
            },
            {
              "description": "Does your Organisation have at least one-year relevant experience in delivering support packages for children and young people as listed below: \n- supporting fragile placements to prevent disruption?\n- rehabilitating children home from care to their parents or extended family; and \n- prevention of accommodation of children into care;\nDoes your Organisation employ Family Support Workers with relevant experience of working within a children\u2019s social care setting or similar e.g. residential children\u2019s home, school support or have relevant experience that is transferable. \nDoes your organisation have a qualified and experienced Social Work Manager who directs and  guides all Family Support Workers, required for this service and who can demonstrate the following:\n- a minimum of two years court experience, including court proceedings; \n- a valid Social Work England (SWE) registration; \n- a minimum of two years child protection experience;  \nDoes your organisation agree to work in partnership with the Local Authority and adhere to a strict performance monitoring programme.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 3400000,
          "amountGross": 4080000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "No fees apply",
        "id": "ocds-h6vhtk-04e97f",
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "https://lbbd.bravosolution.co.uk/",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "7.1\tIf the Council decides to source Services through the Framework Agreement, then it may: -\n7.1.1\tWhere it can satisfy its requirements for the Services required in accordance with the Provider\u2019s Tender and the Pricing Matrices already submitted by the Provider, place an Order in accordance with the terms laid down in this Framework Agreement without re-opening competition (\u201cDirect Order\u201d); or \n7.1.2\tWhere it cannot satisfy its requirements by reference to the Provider\u2019s Tender and Pricing Matrices already submitted by the Provider, place an Order following sending out a request for the Provider and other Framework Providers to provide a quote for the provision of Services (\u201cRequest for Quotation\u201d).\nStandard Services (Direct Order)\n7.2\tThe Council ordering Standard Services under the Framework Agreement without re-opening competition shall: -\n7.2.1\tClearly define its needs by developing a statement of requirements and identify the Framework Providers capable of supplying the required Services by reference to experience and staff which match the need of a Service User (the \u201cCapable Framework Providers\u201d);\n7.2.2\tIdentify the Capable Framework Supplier (where there is more than one) that is ranked highest following the evaluation of its Tender and send an Order;\n7.2.3\tIf the Framework Provider identified in 7.2.2 is not able to provide the Services or does not respond or confirm the Order within 24 hours, (or such other time limit set by the Council taking into account the urgency of a situation) send an Order to the Capable Framework Provider ranked next highest and who also has the requisite skills and experience required for the Service User;);\n7.2.4\tRepeat the process set out in clause 7.2.3 until the Order is fulfilled or there are no further Capable Framework Providers qualified to fulfil it;\n7.2.5\tplace an Order with the successful Framework Provider which:-\n\t\t    (a)          states the Standard Services requirements;\n(a)\tstates the price payable for the Standard Services requirements in accordance with the Price Matrix applicable for the relevant Services Framework Lot; and\n(b)\tincorporates the Call-Off Terms and Conditions. \nCompeted Services (Awards following Request for Quotation)\n7.3\tThe Council ordering Competed Services under the Framework Agreement shall: -\n7.3.1\tidentify the Capable Framework Providers and develop a statement of requirements;\n7.3.2\tsupplement and refine the Call-Off Terms and Conditions only to the extent permitted by and in accordance with the requirements of the Procurement Legislation and Guidance;\n7.3.3\tinvite tenders from the Capable Framework Providers identified in 7.3.1  by conducting a mini-competition for its Competed Services requirements in accordance with Procurement Legislation and Guidance and in particular: -\n(a)\tconsult in writing the Capable Framework Providers capable of performing the Call-Off Contract for the Competed Services requirements and invite them within a specified time limit to submit a tender in writing for each specific contract to be awarded informing them the basis on which the tenders will be evaluated;\n(b)\tset a time limit for the receipt by it of the tenders which takes into account factors such as the complexity of the subject matter of the contract and the time needed to submit tenders; and\n(c)\tkeep each tender confidential until the expiry of the time limit for the receipt by it of tenders;\n7.3.5\t   following receipt of all responses from the Capable Framework Providers the Council will assess each of the responses and determine which response is the most advantageous tender based on price and skill and experience submitted (as set at the point of inviting the tenders in 7.3.3 (a) above) ; and \n7.3.6\t  award its Competed Services requirements by placing an Order with the successful Framework Provider which: -\n(a)\tstates the Competed Services requirements;\n(b)\tstates the price payable in accordance with the tender response received;\n(c)\tincorporates the successful Framework Provider\u2019s Supplemental Tender with the Call-Off Terms and Conditions as modified by the Competetd Service Requirements.\n7.4\tThe Provider agrees that all tenders submitted by the Provider in relation to a mini competition held pursuant to this Clause 7 shall remain open for acceptance for thirty (30) days (or such other period specified in the invitation to tender issued by the Council in accordance with the Ordering Procedure);\n7.5\tNotwithstanding the fact that the Council has followed the procedure set out above in this Clause 7, the Council shall be entitled at all times to decline to make an award for its Services requirements. Nothing in this Framework Agreement shall oblige any Council to place any Order for Services.",
        "isOpenFrameworkScheme": true,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2033-09-30T23:59:59+01:00",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-05-23T12:00:00+01:00"
    },
    "title": "Bespoke Packages of Care Service for Children in Need, Children in Care, Children with a Disability and Children subject to a Child Protection Plan",
    "value": {
      "amount": 3400000,
      "amountGross": 4080000,
      "currency": "GBP"
    }
  }
}