Educational Psychology Service

Complete

Buyers

Value

£7,345,600

Classifications

  • Psychiatrist or psychologist services
  • Health and social work services

Tags

  • tender

Submission Deadline

2 months ago

Published

3 months ago

Description

The Borough Council of Calderdale (the “Council”) is commissioning a Service that delivers educational psychology support for children and young people across Calderdale (the “Service”). The Service will have a strong focus on supporting the Council to meet its statutory duties in relation to the provision of educational psychology. The Service provided must; (a)Ensure the Council meets its statutory duties in relation to the provision of psychological advice and information to inform Education, Health and Care Plans, (“EHC Plans”) assessments and reviews as outlined in the 2015 Special Educational Needs and Disabilities Code of Practice (“Code of Practice”). The Code of Practice provides statutory guidance on duties, policies and procedures relating to Part 3 of the Children and Families Act 2014. (b) Improve the educational outcomes, emotional well-being and personal development of children and young people aged 0-25 years through the application of psychology in providing assessment, advice and recommendations. (c) Provide support to the Council where requested before an EHC Plan transfer and also where an education placement has broken down and there is a dispute about the next suitable placement, or a case is likely to go to Tribunal. (d) Be conducted professionally according to the Health and Care Professions Council Standards of Conduct, Performance and Ethics. (e) Undertake safe and effective practice in accordance with the Health and Care Professions Council Standards of Proficiency for Practitioner Psychologists. This Service is being commissioned as an alternative to an in-house educational psychology Service and must ensure the Service provided fulfils the Council’s statutory duties in relation to the Code of Practice within the required timescales. The contract will commence on 1st October 2025 for 3 years until 30th September 2028, with the option to extend a further period or periods of up to 36 months.

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Bypass the hassle of outdated portals.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

Provision of Single Homelessness Short Term Supported Accommodation Service

Halton Borough Council is looking to commission a Short-term Supported Accommodation service for Single Homeless people. The Service will accommodate and support single homeless persons who have housing support needs, aged 18 years and over. The Service will provide supported accommodation for up to twelve months, during which time the Provider will support individuals to develop capacity, self-esteem and life skills, to break the cycle that has led to homelessness and enable people to move on into independent, settled accommodation. The ethos of the Service is to focus on what matters most to each individual, empowering them to build better lives on their own terms, and helping them to achieve the personal change necessary to break the cycle that has led to them becoming homeless. Approximately 300 - 350 referrals are received into the Service annually. The average length of stay is typically 168 days, however some individuals will require a longer period of support to move-on into independent accommodation. The Service will be delivered from two sites across the borough of Halton, with accommodation at Brennan Lodge in Widnes and Halton Lodge in Runcorn. TUPE will apply to this contract. Important Note - Central Digital Platform Registration: As the total contract value exceeds the relevant threshold, suppliers must be registered on the Central Digital Platform (CDP) prior to submitting a bid. Failure to register will result in automatic disqualification from the procurement process. The estimated value of this contract is £625,514.83 per annum, exclusive of VAT. How to Access the Tender Documents To view the full specification and access the ITT documentation and requirements, please register your interest in this opportunity via The Chest e-tendering portal: www.the-chest.org.uk Search for Project ID: DN783200 Communication and Deadlines All questions must be submitted via the Chest messaging facility only. Telephone enquiries will not be answered during the live tender process. Closing date for questions: Friday 19th September 2025 at 4:00pm Closing date for Submissions: Monday 29th September 2025 at 2:00pm

Katy Reed

Published 4 hours ago
Open

Statutory Advocacy Service

The Authority is commissioning a Statutory Advocacy Service for the provision of a range of statutory advocacy services. The Supplier will deliver a Service that reflects the key principles of: • making use of digital. • recognising the benefits of strength-based and asset-based approaches to improving health and wellbeing, promoting independence and building community capacity. • targeting and supporting those with greatest need. • encouraging Individuals to build their skills and confidence to self-advocate • adopt lean and flexible working practices in order to maximise service reach • demonstrate continual learning and share best practice through local partnerships and forums. The total estimated value (without VAT) for the contract period including extension period is £1,977,453. A tender submission received that exceeds the Maximum Total Annual Budget of £659,151 for either year 1,2 or 3 and the Contract value of £1,977,453 will be REJECTED. The service to be procured as a competitive tender using the open procedure is classed as a Light Touch Contract under the Procurement Act 2023. The Authority will be holding a supplier "bidders day" on Wednesday 27 August 2025 at 10.30am - 12.00 noon, this will be a Microsoft Teams event held to give suppliers an opportunity to ask Procurement and/or the Commissioning area questions in relation to the procurement process Suppliers are requested to have familiarised themselves with the Tender Documents prior to this event to avoid duplicating questions raised previously and already answered. Where a supplier is unable to attend, information will be shared via an e-tendering Proactis post, shortly after the event. This will include any questions asked and their respective answers. For avoidance of doubt suppliers will still be able to submit pre-tender clarifications after the event in line with the process outlined in the IA3595 ITT Procurement Pack.

Katy Reed

Published 7 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete