Tender

Provision of One to One Support to Children and Young People

  • Derby City Council

F02: Contract notice

Notice identifier: 2021/S 000-001753

Procurement identifier (OCID): ocds-h6vhtk-028e2f

Published 28 January 2021, 3:07pm



Section one: Contracting authority

one.1) Name and addresses

Derby City Council

Corporation Street

Derby

DE12FS

Contact

Paul Hallsworth

Email

paul.hallsworth2@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

NUTS code

UKF11 - Derby

Internet address(es)

Main address

www.derby.gov.uk

one.3) Communication

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

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.eastmidstenders.org

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

Provision of One to One Support to Children and Young People

Reference number

TD1660

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to establish a framework of providers of One to One Support to Children and Young People.

There are 3 separate Lots as follows:

• Lot 1 - One to One Tuition and Support to Children and Young People in Care

• Lot 2 - SEND Supplementary Teaching Provision for non-looked after children and young people.

• Lot 3 - SEND Supplementary out of Area Teaching Support

two.1.5) Estimated total value

Value excluding VAT: £880,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

One to One Tuition and Support to Children and Young People in Care

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

One to One Tuition and Support to Children and Young People in Care:

The remit of the Derby City Virtual School is to promote and improve the education of children in care to Derby City Council . The Virtual School is a specialist service working with children and young people in care to promote high aspirations, access to and engagement in high quality learning with a view to narrowing the achievement gaps for our children and young people.

It is vital that the educational outcomes of children and young people in care are improved. Some require additional support to engage in the learning process in order to fulfil their potential.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Potential date for advertising renewals is January 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

SEND Supplementary Teaching Provision for non-looked after children and young people

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

SEND Supplementary Teaching Provision for non-looked after children and young people:

Derby City Council is responsible for organising provision to support special educational needs and disabilities (SEND), including, but not limited to, learners with Educational, Health and Care Plans (EHCP).

Whilst most of our SEND provision will take place within schools within the Derby City area (both specialist and mainstream), on occasion it is necessary to commission short to medium term support to work with parents or carers to provide a home learning package. Examples of this may be where a learner is refusing to attend their main education setting because of COVID-related anxiety, or where a placement has broken down and the child or young person is not in education.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Potential dates for advertising renewal is January 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

SEND Supplementary out of Area Teaching Support

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

SEND Supplementary out of Area Teaching Support:

Derby City Council is responsible for organising provision to support special educational needs and disabilities (SEND), including, but not limited to, learners with Educational, Health and Care Plans (EHCP).

Whilst most of our SEND provision will take place within schools within the Derby City area (both specialist and mainstream), on occasion it is necessary to commission short to medium term support to work with parents or carers to provide a home learning package. Examples of this may be where a learner is refusing to attend their main education setting because of COVID-related anxiety, or where a placement has broken down and the child or young person is not in education.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Potential date for advertising renewal is January 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

Information and formalities necessary for evaluating if requirements are met:

Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting

authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.

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


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

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

28 February 2021

Local time

11:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 March 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Conditions relating to environmental and social requirements of the contracting authority may be included in this contract.

Please note, suppliers wishing to express interest and obtain the documentation, must do so by 11.00pm on 28th February 2021. However, it is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a comprehensive response.

The deadline for returns is 10.00am on 1st March 2021.

The tender process for this is being managed electronically. To express interest in the opportunity and download the tender documents follow the process below:

• Go to https://www.eastmidstenders.org.

• If you haven't already registered on the e-tendering system, you will need to do so (link under "Welcome")

• Once registered, Click 'view opportunities' then 'search latest opportunities';

• Click on the contract title (TD1660 - DN511084 )

• Click 'register interest'. You can then access the tender documentation through clicking on "My Opportunities" then the relevant contract.

If you have any queries, please contact the procurement team: procurement@derby.gov.uk.

six.4) Procedures for review

six.4.1) Review body

Derby City Council

The Council House, Corporation Street

Derby

DE1 2FS

Email

procurement@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Derby City Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.

Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.

If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).

Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into].