Section one: Contracting authority
one.1) Name and addresses
Nottinghamshire County Council
County Hall, Loughborough Road Westbridgford
Nottinghamshire
NG2 7QP
Contact
Mrs Katie Greenhalgh
katie.greenhalgh@nottscc.gov.uk
Telephone
+44 1159774761
Country
United Kingdom
Region code
UKF15 - North Nottinghamshire
Internet address(es)
Main address
http://www.nottinghamshire.gov.uk
Buyer's address
http://www.nottinghamshire.gov.uk
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
Specialist Education Framework Phase 1 – Independent Non-Maintained Special Schools Round 2
Reference number
DN719545
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Nottinghamshire County Council (the Council) is seeking to add further Independent non-maintained Special Schools (INMSS) to a new Framework Agreement under which the Council are looking to commission INMSS and Post-16 (where the provision is delivered in house by the school) provision of specialist school placements for pupils who are not attending mainstream or maintained special schools and who have an Education Health Care (EHC) Plan. This will replace the current Independent / non-maintained special schools Approved Provider List for Nottinghamshire (NAPL).
All Providers currently delivering or intending to deliver services detailed within the updated Specification (Part 4 – Specification) must apply to be on the new Framework Agreement as the current provider list (NAPL) will come to an end on the 31st of December 2024.
This initial phase of the framework will have two lots under which the Council can make specialist school placements (See paragraph 5 below for further details). In Lot 1 commissioners will put in place block contracts with providers and Lot 2 will see the establishment of an approved INMSS provider list
This process is the reopening of the framework for new providers to bid to join the new INMSS framework and is the second tender round. Under the first tender round DN694393, no contracts were awarded under Lot 1, however a number of providers were successful in being accepted onto the INMSS Approved Provider List. Providers who have already been successful in round 1 for Lot 2 (INMSS Approved Provider List) of the Framework Agreement DO NOT need to bid for Lot 2 in this round 2. However, these Providers may wish to consider applying for a block contract and therefore will need to apply to Lot 1 in this tender round.
Any providers who were unsuccessful in the previous tender round (1) for either Lot 1 or Lot 2 can reapply in this tender round (2)
The establishment of a framework agreement for INMSS is the first phase of the recommissioning of the Specialist Education provision for the Council as set out in the Vision document (Part 3 – Vision document). Ultimately the framework will be extended to include Alternative Education Provision and Post-16 institutions (e.g., further education colleges that are not part of the INMSS), that will be the second/third phases of the recommissioning project and new procurement processes will be run at later dates which are yet to be decided
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £250,000,000
two.2) Description
two.2.1) Title
Independent Non-Maintained Special School Block Arrangement
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKF15 - North Nottinghamshire
- UKF16 - South Nottinghamshire
two.2.4) Description of the procurement
Nottinghamshire County Council (NCC) 'the Council' ran an open tender process in accordance with the light touch regime of the Public Procurement regulations 2015 to establish a new framework for Specialist Education.
Under this lot the Council is looking to commission block contracts, known as “call-offs” from the Framework Agreement in each of the Nottinghamshire districts. The Block contracts will start from the beginning of the new school academic year commencing from September 2025 or as soon as possible from the start of the new school academic year if new buildings are to be put in place or existing buildings to be expanded upon or refurbished. Please note that all provision must be in place and the service to start within 24 months of the contract commencement date. A mobilisation plan for the implementation of the new provision must be agreed between the provider and the commissioning team.
Bidders must specify which areas they are bidding to operate in. The areas known as districts/boroughs are as follows:
Sub Lot Area
A Ashfield
B Bassetlaw
C Broxtowe
D Gedling
E Mansfield
F Newark and Sherwood
G Rushcliffe
Up to a maximum of two block contracts will be awarded per district. This means that two single providers can be awarded one contract each in a district, a provider cannot hold two block contracts in a district. Dependent on demand for specialist school places only one block contract per area may be awarded.
Providers can bid on as many locations as they wish to provide a service in, however no single provider will be awarded a block contract in 4 or more of the districts/boroughs
The term of the framework agreement will be for a period of 5 years and will commence from 01 January 2025 to the 31 December 2029. The earliest date “call-off” contracts can commence under Lot 1 is the 1st of January 2025.
There is potential to extend this Framework Agreement for up to a further 6 years in increments of 24 months
The tender was published on https://www.eastmidstenders.org/: Reference DN719545
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Resilient Workforce / Weighting: 10
Quality criterion - Name: Service Improvement / Weighting: 10
Quality criterion - Name: Physical and Sensory Environment / Weighting: 10
Quality criterion - Name: Preparing for Adulthood and Transitions / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 10
Quality criterion - Name: Changes in Provision / Weighting: 10
Cost criterion - Name: Contact Hours / Weighting: 50
Cost criterion - Name: Direct Staff Ratio / Weighting: 50
two.2.11) Information about options
Options: Yes
Description of options
There are three optional extensions to the framework agreement each of 24 months, a total of 6 years.
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
There are three optional extensions to the framework agreement each of 24 months, a total of 6 years.
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The initial term of the framework agreement is for five years and will end on the 31st December 2029. There is potential to extend this Framework Agreement for up to a further six years in increments of twenty four months. This process is a competitive procurement conducted in accordance with the Light Touch Regime Regulations 74 to 77 of the Public Procurement Regulations 2015, the subject matter is Specialist Education for children and young people with special education needs who have an Education Health Care Plan and the extended duration of the Framework Agreement is justified due to the type of service being sourced and the nature of the market. This is to ensure continuity in the provision of specialist education school places for the children and young people and to minimise disruption to the children and young people.
two.2) Description
two.2.1) Title
Approved INMSS Provider List
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKF15 - North Nottinghamshire
- UKF16 - South Nottinghamshire
two.2.4) Description of the procurement
Nottinghamshire County Council (NCC) 'the Council' ran an open tender process in accordance with the light touch regime of the Public Procurement regulations 2015 to establish a new framework for Specialist Education.
This lot will see the establishment of a new approved INMSS provider list for placements that replaces the current Independent / non-maintained special schools Approved Provider List for Nottinghamshire (NAPL). This provider list will be effective from the 1st of January 2025 ** from which placements can be commissioned. **Note due to the limited number of bids in Round 1, the start date of the framework was put back to the 1st January 2025 from the 1st April 2024
Bidders that are successful in demonstrating that they are able to meet the Council’ standards, as set out in the service specification, will be added to the Approved INMSS Provider List and will be subsequently invited to offer places that match the needs of the children and young people.
The term of the framework agreement will be for a period of 5 years and will commence from 01 January 2025 to the 31 December 2029. There is potential to extend this Framework Agreement for up to a further 6 years in increments of 24 months.
The tender was published on https://www.eastmidstenders.org/: Reference DN719545
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Resilient Workforce / Weighting: 10
Quality criterion - Name: Service Improvement / Weighting: 10
Quality criterion - Name: Physical and Sensory Environment / Weighting: 10
Quality criterion - Name: Preparing for Adulthood and Transitions / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Response to referrals / Weighting: 20
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
There are three optional extensions to the framework agreement each of 24 months, a total of 6 years
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
There are three optional extensions to the framework agreement each of 24 months, a total of 6 years.
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The initial term of the framework agreement is for five years and will end on the 31st December 2029. There is potential to extend this Framework Agreement for up to a further six years in increments of twenty four months. This process is a competitive procurement conducted in accordance with the Light Touch Regime Regulations 74 to 77 of the Public Procurement Regulations 2015, the subject matter is Specialist Education for children and young people with special education needs who have an Education Health Care Plan and the extended duration of the Framework Agreement is justified due to the type of service being sourced and the nature of the market. This is to ensure continuity in the provision of specialist education school places for the children and young people and to minimise disruption to the children and young people
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-015869
Section five. Award of contract
Contract No
DN719545
Lot No
1
Title
Specialist Education Framework Phase 1 – Independent Non-Maintained Special Schools Round 2
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section five. Award of contract
Contract No
DN719545
Lot No
2
Title
Approved INMSS Provider List
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
A Place to Call Our Own (APTCOO)
North Farm House, Worksop Road
Budby, Nottinghamshire
NG22 9EX
Country
United Kingdom
NUTS code
- UKF15 - North Nottinghamshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £134,500,000
Total value of the contract/lot: £134,500,000
Section five. Award of contract
Contract No
DN719545
Lot No
2
Title
Approved INMSS Provider List
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hardwick House School Ltd
Hardwick House School, 190 Forest Road
Loughborough
LE11 3HU
Country
United Kingdom
NUTS code
- UKF21 - Leicester
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £134,500,000
Total value of the contract/lot: £134,500,000
Section five. Award of contract
Contract No
DN719545
Lot No
2
Title
Approved INMSS Provider List
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Speech and Language UK Services Ltd. t/as Dawn House School
Helmsley Road, Rainworth
Mansfield
NG21 0DQ
Country
United Kingdom
NUTS code
- UKF15 - North Nottinghamshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £134,500,000
Total value of the contract/lot: £134,500,000
Section five. Award of contract
Contract No
DN719545
Lot No
2
Title
Approved INMSS Provider List
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Kedleston (Wings Education) Limited
Unit 7, Brook Business Centre
Uxbridge
UB8 2FX
Country
United Kingdom
NUTS code
- UKI3 - Inner London – West
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £134,500,000
Total value of the contract/lot: £134,500,000
Section five. Award of contract
Contract No
DN719545
Lot No
2
Title
Approved INMSS Provider List
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Silver Linings Education Ltd
28 Old Park Close Bilborough
Nottingham
NG8 4FR
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £134,500,000
Total value of the contract/lot: £134,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
The Strand
London
Country
United Kingdom