Contract

SCC Independent Alternative Provision Dynamic Purchasing System (DPS) for children and young people with additional needs and disabilities - Admission Round 2

  • Surrey County Council

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2025/S 000-003072

Procurement identifier (OCID): ocds-h6vhtk-04d744

Published 30 January 2025, 11:24am



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place

REIGATE

RH28EF

Contact

Sophie Furniss

Email

sophie.furniss@surreycc.gov.uk

Country

United Kingdom

Region code

UKJ26 - East Surrey

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.surreycc.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login?cid=surreycc#

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

SCC Independent Alternative Provision Dynamic Purchasing System (DPS) for children and young people with additional needs and disabilities - Admission Round 2

Reference number

RFX1000561

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council (SCC) has established a Dynamic Purchasing System (DPS) for the supply of services in respect of Independent Alternative Provision for children and young people with additional needs and disabilities for an initial period of 4 years + with optional further extension provisions for an additional 2 years + 2 years. This contract award notice is for the admitted providers to the second round of the DPS.

The primary purpose of this DPS will be to provide key education and/or other support services to a child or young person who are in receipt of an Education, Health, and Care (EHCP) (or those individuals as outlined in the Service Specification).

SCC wishes to move to a whole system approach to alternative provision where inclusive schools, clear pathways and outstanding provision all work together to ensure excellent outcomes for children and young people. SCC wishes promoting a collective system in which educational settings, community services, health and education support services all play a crucial part in responding to vulnerable children and assisting with reintegration to school (where appropriate). Providers successful in joining the AP DPS will play a vital role in creating a "community" of provision.

Independent Alternative Provision is provision largely for one-to-one support, children and young people who require specialist intervention (in many cases but not exclusively for their additional needs) which in many cases is delivered in the home or in the community with the support of / or at the request of families.

The services required fall under Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015). As a result, this procurement is undertaken under the 'Light Touch Regime' as detailed in Section 7 of PCR 2015.

Eligible Surrey County Council Maintained schools and Academies may access Providers on the DPS following Year 1 (Please see https://www.surreycc.gov.uk/schools-and-learning/schools/directory) for list of schools and academies included) via an access agreement.

The DPS will have six (6) lots and be further divided into two (2) sub-lots as follows:

Lot 1: Tutoring (QTS Qualified)

- Lot 1a: Online

- Lot 1b: Face to Face provision

Lot 2: Tutoring (Non QTS Qualified)

- Lot 2a: Online

- Lot 2b: Face to Face provision

Lot 3: Specialist Teachers

- Lot 3a: Online

- Lot 3b: Face to Face provision

Lot 4: Registered Therapies supporting education (covered under HCPC)

- Lot 4a: Online

- Lot 4b: Face to Face provision

Lot 5: Other services supporting education

- Lot 5a: Online

- Lot 5b: Face to Face provision

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

- Lot 6a: Online

- Lot 6b: Face to Face provision

SCC intends to evaluate new applications to the 'Admission' stage twice a year. The Council reserves the right to revise the number of evaluation Rounds ('opening ceremonies') for Admission stage per year at its discretion to allow further applicants to apply in an emergency.

The Council will add Providers to the DPS throughout its duration, providing that the Providers meet the requirements outlined in the Invitation to Tender documents and submit an Application that is found to be compliant. By applying to be admitted to the DPS, Providers are not obligated to bid for services at 'Contracting' stage.

These services are being procured under a multiple-Provider DPS. There will be no limit to the number of Providers admitted onto the DPS, providing they meet the minimum requirements as set out in the Invitation to Tender documents. There will be no guarantee of work or volume of work given under this DPS.

For the purposes of this Contract Award Notice, the overall estimated aggregate DPS value has been divided equally between each Lot however does not reflect the anticipated Lot spend or contract value. This will be determined based on the need of the individual at Stage 2: Contracting Stage and cannot be anticipated at this stage.

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: £57,200,000

two.2) Description

two.2.1) Title

Lot 1: Tutoring (QTS Qualified)

Lot No

1

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services
  • 80590000 - Tutorial services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 1: Tutoring (QTS Qualified)

Service Providers in Lot 1 will be able to offer tutors who hold Qualified Teacher Status (QTS) and will be able to offer either face to face or online tutoring. The subjects will be specific to the needs of the individual pupil but will predominantly be the core school subjects of English, Maths and Science.

Lot 1 is further divided into two (2) sub-lots:

Lot 1a: Online

Lot 1b: Face to Face provision

two.2) Description

two.2.1) Title

Lot 2: Tutoring (non QTS Qualified)

Lot No

2

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services
  • 80590000 - Tutorial services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 2: Tutoring (non QTS Qualified)

Providers delivering services on Lot 2 be able to offer tutors who hold a degree level qualification or have substantial experience in a required subject and will be able to offer either face to face or online tutoring.

Lot 2 is further divided into two (2) sub-lots:

Lot 2a: Online

Lot 2b: Face to Face provision

two.2) Description

two.2.1) Title

Lot 3: Specialist Teachers

Lot No

3

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services
  • 80340000 - Special education services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 3: Specialist Teachers

Service Providers in Lot 3 will offer teachers who hold Qualified Teacher Status (QTS) and additional qualifications or significant experience (5+ years). This additional experience will be in specific areas of need that would allow them to offer specialist support and advice to the pupil's class-based teacher e.g., BSL trained staff, ASD specialists. Qualifications could include Mandatory Qualification for Teachers of Children with Hearing Impairment/Visual Impairment

Lot 3 is further divided into two (2) sub-lots:

Lot 3a: Online

Lot 3b: Face to Face provision

two.2) Description

two.2.1) Title

Lot 4: Registered Therapies supporting education (covered under HCPC)

Lot No

4

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80310000 - Youth education services
  • 80340000 - Special education services
  • 85142100 - Physiotherapy services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 4: Registered Therapies supporting education (covered under HCPC)

Providers delivering services in Lot 4 will offer registered therapies as listed in: https://www.hcpc-uk.org/about-us/who-we-regulate/the-professions/

Lot 4 is further divided into two (2) sub-lots:

Lot 4a: Online

Lot 4b: Face to Face provision

two.2) Description

two.2.1) Title

Lot 5: Other services supporting education

Lot No

5

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 85142100 - Physiotherapy services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 5: Other services supporting education

Providers delivering services in Lot 5 will offer other non-specified services such as vocational programmes, mentoring, alternative therapies not covered by HCPC and other services that will work to reduce the anxiety of the pupils. They will also support the continued engagement (for placements in danger of ending) or the re-engagement of pupils with full time education, training, or employment.

Lot 5 is further divided into two (2) sub-lots:

Lot 5a: Online

Lot 5b: Face to Face provision

two.2) Description

two.2.1) Title

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

Lot No

6

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80340000 - Special education services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Lot 6: Post-16 Support Services (supporting employment, preparing for adulthood/ independence)

Providers delivering services in Lot 6 are expected to support young people to prepare or transition to adulthood to access vocational, employment and/or further education.

Lot 6 is further divided into two (2) sub-lots:

Lot 6a: Online

Lot 6b: Face to Face provision


Section four. Procedure

four.1) Description

four.1.11) Main features of the award procedure

The procurement is for admission to a Light Touch dynamic purchasing system


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bright Heart Education

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

11179043

five.2.3) Name and address of the contractor

Freshstart in Education Limited

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

07133204

five.2.3) Name and address of the contractor

People and Animal Wellbeing Service CIC

Bracknell

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

12805537

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,177,777.67

Total value of the contract/lot: £9,533,333


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bright Heart Education

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

11179043

five.2.3) Name and address of the contractor

Freshstart in Education Limited

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

07133204

five.2.3) Name and address of the contractor

People and Animal Wellbeing Service CIC

Bracknell

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

12805537

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,177,777.67

Total value of the contract/lot: £9,533,333


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bright Heart Education

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

11179043

five.2.3) Name and address of the contractor

Freshstart in Education Limited

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

07133204

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £476,666.65

Total value of the contract/lot: £9,533,333


Section five. Award of contract

Lot No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

The Expressive Child Ltd

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

10782819

five.2.3) Name and address of the contractor

Children in Motion Ltd

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

06931097

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £4,766,666.50

Total value of the contract/lot: £9,533,333


Section five. Award of contract

Lot No

5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 24

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Freshstart in Education Limited

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

07133204

five.2.3) Name and address of the contractor

EVOLVE: A SOCIAL IMPACT COMPANY LIMITED

Keighley

Country

United Kingdom

NUTS code
  • UKE4 - West Yorkshire
Companies House

04663131

five.2.3) Name and address of the contractor

SCL Education Group

Berkshire

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

08643730

five.2.3) Name and address of the contractor

Endeavour360 Ltd

Aldershot

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Companies House

14835199

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,383,333.25

Total value of the contract/lot: £9,533,333


Section five. Award of contract

Lot No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 November 2024

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bright Heart Education

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

11179043

five.2.3) Name and address of the contractor

Freshstart in Education Limited

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Companies House

07133204

five.2.3) Name and address of the contractor

SCL Education Group

Berkshire

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

08643730

five.2.3) Name and address of the contractor

Peer Productions

Woking

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

05898510

five.2.3) Name and address of the contractor

YMCA East Surrey

Surrey

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Charity Commission (England and Wales)

075028

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,906,666.60

Total value of the contract/lot: £9,533,333


Section six. Complementary information

six.3) Additional information

The award notice is for admission Round 2 of the DPS.

There will be no guarantee of work or volume of work given under this DPS.

Original Contract notice can be found at https://www.find-tender.service.gov.uk/Notice/028526-2023?

Proactis Reference: RFX1000561