Conversion Therapy - Victim Support Service

Award

Value

£360,000

Classifications

  • Helpdesk and support services
  • Counselling services

Tags

  • award
  • contract

Published

3 years ago

Description

The Cabinet Office (the “Authority”), has established a contract for the provision of Conversion Therapy Victim Support Service.
Suppliers are required to provide the Deliverables (services) set out in the Specification. The full Specification is set out in the Invitation to Tender (ITT).

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Independent Child Trafficking Guardianship (ICTG) Service

The Government is committed to tackling the terrible crime of modern slavery. The Modern Slavery Act (MSA) 2015 provides the legal framework for tackling modern slavery in the UK, it gives law enforcement agencies the tools to combat it and sets out our obligations to ensure victims are proactively identified and supported. Since the introduction of the MSA, the first legislation of its kind in the world, successive governments have continued to commit to tackling this crime. The National Referral Mechanism (NRM), a system for identifying and supporting potential victims of modern slavery towards independence, is also an integral part of the Government’s approach to supporting victims to recover and reduce risks of re-trafficking. Modern Slavery encompasses slavery, servitude, forced and compulsory labour and human trafficking. Modern Slavery is often ‘hidden in plain sight’. Traffickers and exploiters coerce, deceive and force individuals against their will into a life of abuse, servitude, and inhumane treatment. The exploitation can cause severe trauma and can leave victims with complex needs. In human trafficking cases, exploitation can take many forms, including sexual exploitation, forced labour, slavery, servitude, forced criminality and removal of organs. The Independent Child Trafficking Guardianship (ICTG) Service has been running since 2017, initially in three sites, and now operating in two thirds of Local Authorities (LAs) in England and Wales. Through this Contract, the ICTG Service shall be expanded to cover all LAs in England & Wales. Delivering the ICTG service is one way that the UK meets its domestic and legal obligations to Child Victims of Modern Slavery (CVoMS), alongside the statutory obligations on LAs to safeguard all children (including CVoMS) in their areas. ICTGs provide an additional source of advice and support for potentially trafficked children, irrespective of nationality or immigration status, and somebody to advocate on their behalf to ensure their best interests are reflected in the decision-making of the Public Authorities involved in their care. An ICTG’s advocacy and involvement throughout the decision-making process is intended to ensure the Child is protected from further harm, prevent possible repeat victimisation, re-trafficking or going missing, and promote the Child’s recovery. The ICTG Service model provides one-to-one Direct Support for Children with no parental responsibility for them in the UK and Indirect Support for Children where there is someone with parental responsibility for them in the UK. In exceptional circumstances, Children with a Figure of Parental Responsibility (FOPR) for them in the UK can receive Direct Support. Referrals into the ICTG Service are made by First Responders (FR) or First Responder Organisations (FRO). The ICTG Service supports Children from the moment they enter the NRM process, providing independent, specialist guidance. If Children receive a Negative Reasonable Grounds Decision or Negative Conclusive Grounds Decision, Support will end, subject to the Reconsideration Requests process and Exit Criteria detailed in this Contract. More information on the ICTG Service can be found in the Data Room, in the Jaggaer Portal following registration.

Katy Reed

Published 14 hours ago
Open

Provision of Families First Early Intervention & Prevention Services for Children, Young People & Families

Neath Port Talbot Council invite tenders from suitably experienced and capable providers for the Provision of Families First Early Intervention & Prevention Services for Children, Young People & Families as part of the Welsh Government Families First programme delivery in Neath Port Talbot (NPT). The tender opportunity consists of the following three lots. Lot 1 Emotional Health & Wellbeing: The primary objectives of the service are to enhance the emotional health and wellbeing of children, young people, and families, through the provision of early intervention and prevention services to reduce the risk of emotional and mental health issues. The service is intended to provide a range of interventions to support improved emotional and mental wellbeing in children, young people and families across the tiers of need identified for Families First. The service should complement and provide additionality to other existing services, such as School Based Counselling, CAMHS, In-Reach, other school based social and emotional interventions. This should include delivery of a service outside of school hours, including school holidays and closures. Lot 2 Health & Positive Relationships: The primary purpose of the service is to provide preventative messages to children and young people, promoting healthy relationships and safe online behaviours, and to support parents/carers to help keep their children safe online. The service will work across the tiers of need identified for Families First. Lot 3 Support for Families with an Additional Learning Needs: The primary purpose of the service is to provide integrated, family-focused support to children and young people with an ALN and their families, across the tiers of need identified for Families First. The service will enhance their well-being and social inclusion by addressing the unique challenges they face. The contract period shall be for two years from 1st April 2026 with an option for a one year extension. TUPE may apply across all lots. There are no restrictions on the number of lots a tenderer can apply for or be awarded.

Katy Reed

Published 21 hours ago
Open

Portsmouth International Port - Gantry Digital Screens and Large Media Screen

Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to supply, install, commission, maintain, and support new digital screens and associated software for the incoming vehicle gantries and a large external media screen within the vehicle waiting area at Portsmouth International Port. The Port is seeking a supplier who can meet the requirements set out the Scope of Requirements to:  Provide and install the screens and software.  Remove and dispose of the current screens and associated cabling and containment.  Deliver ongoing hardware support and annual maintenance, including management of spare parts across the life of the contract / screen, whichever is the longest will apply.  Deliver ongoing support for the software, which includes a helpdesk.  Provide appropriate training sessionsfor the software users. The installation and commissioning are to be completed within a timely manner, and by no later than 9th March, due to the current signage being at end of life. The supplier will need to work dynamically to install the screens, as the Port is operational between the hours 05:30 and 00:00. A one-off contract value of a maximum of £200,000 is available for the supply, installation and commissioning of the solution. The software and hardware support and maintenance contract has a maximum value of up to £200,000 over the life of the contract. Suppliers may submit a maximum of three bids in order to present different options in respect of technical solutions, support, programme, price points etc. Suppliers who choose to submit multiple options must submit one fully complete base tender, which should be clearly identified, and this can be cross referenced for any additional options put forward in order to streamline bid preparation and evaluation activities. Suppliers must ensure that the base tender response and any subsequent options are clearly identified in both the Quality question responses and the Pricing Assessments. The base tender and additional options will be evaluated on a standalone basis with each option assessed against the evaluation methodology and scoring criteria stated within the ITT. The procurement timetable for this project is set out below, while the council does not intend to depart from it, it reserves the right to do so at any time: Procurement documents issued 10th September 2025 Deadline for clarification 1st October 2025 @12:00 Tender return deadline 10th October 2025 @12:00 Evaluation of tenders completed 24th October 2025 Demonstrations 3rd - 5th November 2025 Evaluation of tenders completed 6th November 2025 Contract Award Notice & Assessment Summaries published 14th November 2025 Standstill period 14th - 26th November 2025 Contract award 27th November 2025 Mobilisation 01st December 2025 - 9th March 2026 Full details can be found in the tender documents that are all uploaded and available on our In-tend system. https://in-tendhost.co.uk/portsmouthcc/aspx/home

Katy Reed

Published 5 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete