Cumberland Advocacy Hub (Adults)

Award

Value

£1,564,933

Suppliers

Classifications

  • Health and social work services

Tags

  • award

Submission Deadline

8 months ago

Published

6 months ago

Description

Cumberland Council is procuring a Cumberland Advocacy Hub for adults with health and social care needs. The primary role of the Cumberland Advocacy Hub is to meet all Cumberland Council statutory duties in relation to the provision of a professional independent advocacy service under the terms of the Care Act 2014, Health Social Care Act 2012, Mental Capacity Act 2005 and Mental Health Act 1983 under a single point of access.\r
\r
The advocacy service will support Cumberland residents across all categories of need, including adults with learning disability, organic and mental health functional disorder, mental health needs, acquired brain injury, physical and sensory impairment and young people in transition to adult services and other vulnerabilities and cover of all the different types of statutory advocacy including Independent Mental Capacity Advocacy, Care Act Advocacy, NHS Complaints and Independent Mental Health Act Advocacy.\r
\r
The initial period of the contract is 3 years. There is ONE optional extension of up to 12 month. The use of this extension is at the absolute discretion of the Council.\r
\r
The contract end date on this notice includes these extension periods.\r
\r
The estimated annual value of the contract is: £363,000 excluding VAT.\r
\r
The estimated maximum contract value over the three year term is: £1,144,000 excluding VAT. This includes an estimate of any potential uplifts.\r
\r
The estimated maximum contract value over the three year term plus the one 12 month optional extension is: £1,564,933 excluding VAT. This includes an estimate of any potential uplifts.\r
\r
You must be registered on The Chest (https://www.the-chest.org.uk/) to access the tender documents. All bids must be received electronically via the Chest by the closing date stated in the ITT. For full details please read the ITT and its Schedules. Any clarifications about the tender must be sent via the messaging on the Chest by the closing date stated in the 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Bypass the hassle of outdated portals.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

Open Framework for Alternative Provision

1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council). Service Vision 2. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. 3. All alternative provision that is commissioned must be suitable to a child or young person’s age, ability and aptitude and any special educational needs (SEN) they may have. 4. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 5. Placements into alternative provision will always be made with the child or young person’s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 6. The placement of a child or young person with a Provider is consistent with the efficient use of resources. Service Description 7. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Allison Paterson

[email protected]

+44 7867201769

Timeline complete

Publish
Bid
Evaluate
Award
Complete