Tender

SPS 2342 - Alternative Education Provision

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2021/S 000-000186

Procurement identifier (OCID): ocds-h6vhtk-028800

Published 6 January 2021, 12:41pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Contact

Mr Michael Glasspool

Email

michael.glasspool@royalgreenwich.gov.uk

Telephone

+44 2088548888

Country

United Kingdom

NUTS code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=2f6b69f4-f845-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SPS 2342 - Alternative Education Provision

Reference number

DN517185

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Greenwich (Local Authority) is committed to meeting the challenges of The Education Act by providing excellent teaching and learning opportunities and a personalised learning programme for all students, regardless of setting and according to need. Commissioned services to either complement or provide an alternative to the teaching and learning available within Royal Greenwich schools, forms part of that commitment.The Royal Borough is seeking suppliers to provide alternative education services, please see the link below to access the tender documents. https://

procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058ae511-80f7-000c29c9ba21&v=1

two.1.5) Estimated total value

Value excluding VAT: £3,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Full details relating to the Services are provided in the tender documents. To participate, Suppliers will need to register as a Supplier with Pro Contract before obtaining access to the tender documents.

https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1

In the event of difficulties registering as a supplier, please refer to the System Administrator Proactis support team ProContractSuppliers@proactis.com

Tender Responses are required to be submitted no later than 12:00pm on the 15th February 2021, UK Local time via ProContract tender portal. If you require any clarifications on the tender documents, please submit these in writing via Messaging in ProContract tender portal, including the project reference and title clearly in the Subject title, 12:00pm on the 7th February 2021 UK Local time. The Councils responses to these clarification questions will be issued periodically via Messaging in ProContract tender portal.

Please note that this project has been advertised on Contracts Finder/ other web portals, however, supplying the ProContract tender portal is the only portal that includes all the relevant documents required to respond to this opportunity, bearing Project Id: DN517185. No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £3,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Royal Borough of Greenwich is seeking a range of Providers for inclusion on an open framework

agreement who can demonstrate a strong track record in the delivery of alternative education provision and

who have school status or will be working towards school status by September 2021. All Providers must be

registered with Ofsted as an independent school and, therefore, be subject to inspection. The LA requires a

2 / 4

range of individual placements, as and when required, under an open framework agreement. These placements

will be for Key Stage 3 and 4 students, with or without an EHCP.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Royal Borough of Greenwich is seeking a range of Providers for inclusion on an open framework

agreement who can demonstrate a strong track record in the delivery of alternative education provision and

who have school status or will be working towards school status by September 2021. All Providers must be

registered with Ofsted as an independent school and, therefore, be subject to inspection. The LA requires a

2 / 4

range of individual placements, as and when required, under an open framework agreement. These placements

will be for Key Stage 3 and 4 students, with or without an EHCP.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

This will be stated in the Specification document in the tendering documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework is an open framework whereby prospective providers can be added to the framework during the life of the framework ( 4 years) This will be accessed by passing a qualification process and will be opened for additional providers on occasions during the period of the framework

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 February 2021

Local time

12:00pm

Place

The London Tendering Portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

Internet address

http://www.royalgreenwich.gov.uk/

six.4.2) Body responsible for mediation procedures

cabinet office

Office 70 Whitehall

London

SW1A 2AS

Country

United Kingdom

Internet address

http://www.royalgreenwich.gov.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award decision.

six.4.4) Service from which information about the review procedure may be obtained

The Royal Borough of Greenwich

Town Hall Wellington Street

London

SE18 6PW

Country

United Kingdom

Internet address

http://www.royalgreenwich.gov.uk/