Tender

DPS for Alternative Provision (SEND) and (Inclusion) in Hillingdon

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2024/S 000-000360

Procurement identifier (OCID): ocds-h6vhtk-042b02

Published 5 January 2024, 2:27pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

Email

rverma@hillingdon.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.hillingdon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DPS for Alternative Provision (SEND) and (Inclusion) in Hillingdon

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement is to establish a DPS for the provision of Alternative Provision for Learners who, because of exclusion, illness, or other reasons, would not otherwise receive suitable education.

There will be 4 Lots:

Lot 1 Full Time Education Provision

Lot 2 Part Time Education Provision

Lot 3 Bespoke Provision

Lot 4 Support for post-16 Education and Preparation for Adulthood

Tenderers will be able to apply for one or multiple Lots in one submission.

Once admitted onto the DPS, Providers may wish, at a later date, to apply for a Lot in addition to Lot/s they are already on. These Providers will then be required to submit a new application. It is possible for providers to develop their services and to grow and adapt to meet Hillingdon’s changing needs over the 7 year period.

The DPS will reopen to new tenderers from the 1st of April 2024 and remain open for the duration of the contract term.

There are no values for each individual Lot, as this service is in development phase meaning there is no full historic data for forecasting, and we anticipate that providers will add additional Lots to their service over the contract term.

The total forecasted value of AP in Hillingdon per annum is £2.7m.

The term of the contract is for 7 years.

The intention of the DPS is to admit suitable Alternative Provision Providers for opportunities for the award of Individual Placement Agreement(s) and or Block Service Order(s). These will be awarded using a call-off procedure or mini competition by the Service Area (further details are within the Service Specification). There is no guarantee of business/business volumes and equally there is no limit as the volumes are demand-led.

The Council is seeking a diverse range of Alternative Provision Providers. There is no limit on the number of Providers who can be admitted, and additional Providers can join the DPS during the term of the DPS, subject to their applications meeting the Qualification requirements.

Joining the DPS

Alternative Provision Providers wishing to join the DPS are required to review and agree the tender documentation and complete the online ITT via the website CapitalESourcing.com. A pass or fail (set out in this document) for the Evaluation criteria must be met/passed before the provider will be admitted to the DPS. Once the DPS is re-opened and after 1st April 2024, the Council is then required to evaluate submissions within 15 working days to further examine documents or verify whether the selection criteria have been met.

Please refer to the Call -off Process in the Service Specification.

two.1.5) Estimated total value

Value excluding VAT: £18,900,000

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

The purpose of this procurement is to establish a DPS for the provision of Alternative Provision for Learners who, because of exclusion, illness, or other reasons, would not otherwise receive suitable education.

There will be 4 Lots:

Lot 1 Full Time Education Provision

Lot 2 Part Time Education Provision

Lot 3 Bespoke Provision

Lot 4 Support for post-16 Education and Preparation for Adulthood

Tenderers will be able to apply for one or multiple Lots in one submission.

Once admitted onto the DPS, Providers may wish, at a later date, to apply for a Lot in addition to Lot/s they are already on. These Providers will then be required to submit a new application. It is possible for providers to develop their services and to grow and adapt to meet Hillingdon’s changing needs over the 7 year period.

The DPS will reopen to new tenderers from the 1st of April 2024 and remain open for the duration of the contract term.

There are no values for each individual Lot, as this service is in development phase meaning there is no full historic data for forecasting, and we anticipate that providers will add additional Lots to their service over the contract term.

The total forecasted value of AP in Hillingdon per annum is £2.7m.

The term of the contract is for 7 years.

The intention of the DPS is to admit suitable Alternative Provision Providers for opportunities for the award of Individual Placement Agreement(s) and or Block Service Order(s). These will be awarded using a call-off procedure or mini competition by the Service Area (further details are within the Service Specification). There is no guarantee of business/business volumes and equally there is no limit as the volumes are demand-led.

The Council is seeking a diverse range of Alternative Provision Providers. There is no limit on the number of Providers who can be admitted, and additional Providers can join the DPS during the term of the DPS, subject to their applications meeting the Qualification requirements.

Joining the DPS

Alternative Provision Providers wishing to join the DPS are required to review and agree the tender documentation and complete the online ITT via the website CapitalESourcing.com. A pass or fail (set out in this document) for the Evaluation criteria must be met/passed before the provider will be admitted to the DPS. Once the DPS is re-opened and after 1st April 2024, the Council is then required to evaluate submissions within 15 working days to further examine documents or verify whether the selection criteria have been met.

Please refer to the Call -off Process in the Service Specification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,900,000

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

Duration in months

84

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

19 February 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

19 February 2024

Local time

12:00pm


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 Court of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

Country

United Kingdom