First Point of Contact with Reading Adult Social Care - Lot 1

Award

Value

£675,000

Classifications

  • Social services

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

Scope of Project:
Bidders are invited for the supply of the First Point of Contact with Reading Adult Social Care. This procurement is covered in two lots:
Lots 1 and 2.

The overall service will be split into 2 Lots. Each Lot will provide an opportunity for an organisation or partnership of organisations (the Provider) to deliver this part of the service. Please note that an organisation may bid for 1 or both Lots. The Council will welcome partnership (or consortium) bids for this service.

o Each Lot will require its own manager and will be required to work seamlessly, positively, and effectively in partnership.
o For Lot 1, the Manager will generally be based in the ASC Civic Offices but also community locations where relevant, to build and maintain effective and close working relationships.
o For Lot 2, the Manager will generally be based in relevant and appropriate community locations to build and maintain effective and close working relationships.
o For Lot 1, the Council envisage that the service could include 1 Team Manager and 3 staff of Function 1s. However, the Provider is to determine and propose the staffing structure based on how they envisage it working best and within budget.
o For Lot 2, the Council envisage that the service could include 1 Team Manager and 3 staff of Function 2s. However, the Provider is to determine and propose the staffing structure based on how they envisage it working best and within budget.
If a Provider bids and is successful for both Lots:
o The service will provide 1 manager to oversee both Lots. The Manager will be based at relevant community location(s) and in the ASC Civic Offices with the expectation of a reasonable presence in both domains, to build and maintain close working relationships.
o There is potential for job swapping between Function 1s and 2s if the Provider sees this as beneficial.
o The Council envisage that the service could include 1 Team Manager, 3 staff of Function 1s and 3 staff of Function 2s. However, the Provider is to determine and propose the staffing structure based on how they envisage it working best and within budget.

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Bypass the hassle of outdated portals.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

Domestic Abuse Intensive Family Support

Domestic abuse is a serious issue, both nationally and locally. The complex nature of domestic abuse and the associated harm and inequalities it creates - including mental and physical ill health, homelessness and unemployment - has a drastic, negative and long-lasting impact upon the safety, health and wider life chances of families. The Trust’s vision is to build a Trust that provides excellent social work and family support for and with the city’s most vulnerable children, young people and families. The commissioned service will work with between 5 and 10 families affected by domestic abuse by providing intensive support over a period of up to two years. The expectation is that the Provider will work with the whole family including survivors, perpetrators, children and the wider family support network. The Provider will support in reducing domestic abuse in Birmingham and will ensure that the needs of children are being met in the home. Families will be identified during mobilisation and, once consent has been sought, information will be shared with the successful Provider within the first week of the contract. It is expected that the Provider will review the shared information around suitability and work will begin with families within the third week of the contract. The Provider is expected to engage in transparent and collaborative discussions with the Trust to determine the appropriate level of support for each family. Should it be assessed that a family does not require intensive intervention and the service is therefore deemed unsuitable, the Provider will promptly commence work with a new family. The work will be evaluated for impact and outcomes for the family. Service activity • work with families identified by the Trust • provide intensive support to families for up to two years (minimum of one session per week initially (the ongoing level of appropriate contact can be discussed with the social worker) and become the lead professional for the family at the appropriate time • provide weekly written progress updates to the allocated social worker and attend and actively participate in Child In Need (CIN) / Child Protection (CP) / core group meetings where appropriate /multi-disciplinary case supervision • evidence how risk is assessed and managed in safety planning throughout the duration of involvement with the family • escalate immediate safety concerns to the allocated social worker • refer to other specialist services where appropriate • provide comprehensive exit strategies to families at the point of closure • provide support to families in stepping down to universal services • support in the prevention of non-family care arrangements This service is a pilot, and the duration of the contract will initially be two years with the potential to extend for two years (1 + 1), beginning 2nd February 2026. The contract will be reviewed on an annual basis with a break clause after January 2027, and each subsequent year; with the continuation of the contract based on funding availability and performance. A Planned Procurement Notice was published on 01 October 2025 (Publication reference: 2025/S 000-061384) The Trust will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity, please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be able to log on which will enable you to download all relevant quotation documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: [email protected] Your completed tender submission should be returned by noon on 3rd December 2025 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

Katy Reed

Published 3 days ago
Open

Provision of anti-social behaviour (ASB) / non-crime restorative service

In relation to the previously advertised tender opportunity (Notice Identifier: 2025/S 000-061252, Procurement Identifier: ocds-h6vhtk-05a5ba), the Police and Crime Commissioner for Warwickshire (PCC) received no compliant bids for Lot 2, which related to the provision of an Anti-Social Behaviour (ASB) / Non-Crime Restorative Service. As a result, the PCC has taken the decision to reapproach the market for this specific service only. This reissue applies solely to Lot 2; the other lot within the original procurement may proceed to award as planned. Following the discovery that Lot 2 in the original procurement could not be awarded, a decision has been made to reissue this opportunity as soon as possible. This will allow for consideration of any voluntary standstill period and ensure alignment, as far as practicable, with the Restorative Justice service. This notice serves to inform the market that Lot 2 from the original procurement has been terminated and will not be awarded. The PCC now invites tenders from suitably qualified providers for the delivery of restorative justice services across Warwickshire, specifically for cases where no crime has occurred. The service will form part of a Multi-Agency Restorative Justice Hub (MARJH) and will deliver restorative interventions for incidents of anti-social behaviour and other non-crime harms. The aim is to provide an accessible, proportionate, and effective early intervention option that supports victims, offenders, and communities through facilitated dialogue, mediation, and reconciliation. The contract will be awarded for an initial pilot period of one year, with the option to extend for up to four additional periods of twelve months each. The PCC has allocated an annual budget of £25,000 for the delivery of this service. This funding is provided as part of a pilot project, and if the pilot is successful and funding remains available, the same funding envelope will apply to any extension periods. The service will be excluded from the PCC’s annual grants process. Providers are encouraged to demonstrate value for money and focus resources on effective frontline service delivery. Funding for this service is partly reliant on Government grant, and where such funding is used, the associated grant terms and conditions will apply in full to the appointed service provider. This procurement is being conducted under the Light Touch Regime and falls below the relevant threshold, therefore it is outside the scope of the Procurement Act 2023. The tendering process will be managed via the PCC’s e-tendering portal, Sell2 (https://sell2.in-tend.co.uk/blpd/publictenders). Suppliers can access the opportunity free of charge by registering on the portal, logging in, navigating to the ‘Portals’ section, and selecting “Connect with Organisation” for Warwickshire Police.

Katy Reed

Published 4 days ago
Open

Asylum Support Services in Buckinghamshire

Buckinghamshire Council is seeking an experienced supplier(s) to deliver its Asylum support service. The service is divided into 2 geographical areas referred to as Lots, namely Lot 1 (North Buckinghamshire) and Lot 2 (South Buckinghamshire). Suppliers may bid for one or both Lots. Using Asylum Dispersal grant funding from the Home Office, this new service aims to reduce the impact on council services through the provision of support to asylum seekers and refugees covering: • Information and advice • Language support • Volunteering opportunities • Wellbeing activities • Signposting and supporting with access to key services • Establishing drop-in centres in key locations to provide advice and practical support The services start date is anticipated to be 1st March 2026. The contract term will be for two years. The 2 year initial term ends 29 February 2028. The Council may at its discretion extend the contract for two further extensions of 12 months each, subject to funding. Lot 1 - There is a budget cap of £30,000 for each year of the contract period including the extension periods. (£120,000 budget for the full contract term including extensions). Lot 2 - There is a budget cap of £45,000 for each year of the contract period including the extension periods. (£180,000 budget for the full contract term including extensions). The Invitation to tender documents for this opportunity are published on the Council's procurement portal: https://in-tendhost.co.uk/buckinghamshire-council. If you wish to participate and have not yet registered, please ensure you do so via the procurement portal in order to access the documentation. Tenders must be returned via the Council's procurement portal. The tender return date is midday on Monday 1st December 2025. Tenders received after this time and date will not be accepted.

Katy Reed

Published 1 week 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