Tender

Dynamic Purchasing System for the provision of Alternative Education

  • DERBY CITY COUNCIL

F02: Contract notice

Notice identifier: 2025/S 000-006213

Procurement identifier (OCID): ocds-h6vhtk-04e4fb

Published 20 February 2025, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

DERBY CITY COUNCIL

Corporation Street

Derby

DE1 2FS

Contact

Paul Hallsworth

Email

procurement@derby.gov.uk

Telephone

+44 1332640768

Country

United Kingdom

Region code

UKF11 - Derby

Justification for not providing organisation identifier

Not on any register

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

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

Dynamic Purchasing System for the provision of Alternative Education

Reference number

TD2205 - DN754332

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Derby City Council (the Council) is inviting applications from suitably experienced and qualified entities to participate in a Dynamic Purchasing System (DPS) for the provision of Alternative Education across the city. The DPS will be partly managed by colleagues from the Respect Collaboration of Schools, the schools within which are "maintained".

Respect Collaboration of Schools (RCS) has a statutory duty to make arrangements for the provision of appropriate education otherwise than at school, for children of compulsory school age who, by reason of suspension or exclusion from school or otherwise, will not receive a suitable education without these arrangements.

All provision should offer progression throughout their courses, regardless of the category of Alternative Provision or Key Stage. Pupils, where appropriate, should work towards qualifications that fit within the Qualifications and Curriculum Framework (QCF) and/or accreditation that supports post 16/industry recognised education.

The scope of this agreement is not restricted by pupil numbers. It is anticipated that places will be purchased on an ad hoc basis, dependant on the pupil's requirements and capacity of the best value provider. However, it will be possible, in some areas, for core places to be arranged on a regular basis. This will be with the provider who is the best value for money and has sufficient capacity. Should this capacity be reached then the next value for money provider with capacity shall be used.

For clarity, this DPS is not a full DPS as defined under the Public Contract Regulations 2015, Regulation 34, but is a modified version. This is because Section 7 - Education and Training services (the Light Touch Regime as allowed under Regulations 74 to 77) are not subject to the full requirements of the procurement procedures set out in the Regulations. This has given us scope to create a more flexible DPS to fit the on-going requirements of RCS.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby

two.2.4) Description of the procurement

Derby City Council (the Council) is inviting applications from suitably experienced and qualified entities to participate in a Dynamic Purchasing System (DPS) for the provision of Alternative Education across the city. The DPS will be partly managed by colleagues from the Respect Collaboration of Schools, the schools within which are "maintained".

Respect Collaboration of Schools (RCS) has a statutory duty to make arrangements for the provision of appropriate education otherwise than at school, for children of compulsory school age who, by reason of suspension or exclusion from school or otherwise, will not receive a suitable education without these arrangements.

All provision should offer progression throughout their courses, regardless of the category of Alternative Provision or Key Stage. Pupils, where appropriate, should work towards qualifications that fit within the Qualifications and Curriculum Framework (QCF) and/or accreditation that supports post 16/industry recognised education.

The scope of this agreement is not restricted by pupil numbers. It is anticipated that places will be purchased on an ad hoc basis, dependant on the pupil's requirements and capacity of the best value provider. However, it will be possible, in some areas, for core places to be arranged on a regular basis. This will be with the provider who is the best value for money and has sufficient capacity. Should this capacity be reached then the next value for money provider with capacity shall be used.

Applications to join the DPS will be considered in a series of "rounds". Round One will close on 31/03/2025 (10.00am). The Council will then consider the applications to join the DPS and Applicants are expected to be notified of the outcome of the application within one calendar month.

Round Two will open after the closure of Round One. Applicants will have 30 days to submit their application. This period will conclude on: 30/04/2025 (10.00am).

Round Three will open after the closure of Round Two. Applicants will have three months to submit their application. This period will conclude on: 31/07/2025 (10.00am)

Round Four, and all subsequent Rounds will ordinarily then close every three months until the end of the DPS. The Council, however, reserves the right to amend the closing dates as it sees fit, dependant on changes to the provider marketplace.

Once successful in a round applicants need not apply again in future rounds.

If an applicant is unsuccessful in a round they may re-apply in any future round.

The DPS shall operate for an initial term of three years with initial agreements to commence 1st June 2025 and end 31st May 2028. There will be options to extend the DPS in annual increments for up to four further years. The maximum term for the DPS will, therefore, be seven years.

For clarity, this DPS is not a full DPS as defined under the Public Contract Regulations 2015, Regulation 34, but is a modified version. This is because Section 7 - Education and Training services (the Light Touch Regime as allowed under Regulations 74 to 77) are not subject to the full requirements of the procurement procedures set out in the Regulations. This has given us scope to create a more flexible DPS to fit the on-going requirements of RCS.

Please note suppliers wishing to express interest and obtain the documentation for Round One must do so by 11.30pm on 30/03/2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.

As stated above, the deadline for applications for Round One is 10.00am on 31/03/2025.

Documents are available at www.eastmidstenders.org

Please search for TD2205

Please note: we will only accept expressions of interest through the e-tendering system.

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: £7,000,000

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

Start date

1 June 2025

End date

31 May 2028

This contract is subject to renewal

Yes

Description of renewals

Initial term of 36 months.

Up to five further annual extensions, making the overall contract period up to seven years.

Potential dates for advertising renewals if options are not taken are March 2028, March 2029, March 2030, March 2031 and March 2032.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial term of 36 months.

Up to five further annual extensions, making the overall contract period up to seven years.

Potential dates for advertising renewals if options are not taken are March 2028, March 2029, March 2030, March 2031 and March 2032.

two.2.14) Additional information

For clarity, this DPS is not a full DPS as defined under the Public Contract Regulations 2015, Regulation 34, but is a modified version. This is because Section 7 - Education and Training services (the Light Touch Regime as allowed under Regulations 74 to 77) are not subject to the full requirements of the procurement procedures set out in the Regulations. This has given us scope to create a more flexible DPS to fit the on-going requirements of RCS.

Please note suppliers wishing to express interest and obtain the documentation for Round One must do so by 11.30pm on 30/03/2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.

As stated above, the deadline for applications for Round One is 10.00am on 31/03/2025.

Documents are available at www.eastmidstenders.org

Please search for TD2205

Please note: we will only accept expressions of interest through the e-tendering system.

Under this procurement the supplier is required to participate actively in the economic and social regeneration of the locality of and surrounding the area served by Derby City Council. Accordingly contract performance conditions may relate in particular to social and environmental considerations.


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


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

31 March 2025

Local time

9:00am

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

31 March 2025

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Derby City Council

Derby

DE1 2FS

Country

United Kingdom