Opportunity

Hackney Education Independent and Non-Maintained Special Schools (INMSS) Accreditation

  • London Borough of Hackney

F02: Contract notice

Notice reference: 2022/S 000-008864

Published 1 April 2022, 3:21pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

1 Reading Lane

Hackney

E8 1GQ

Contact

Sonya Kahlon

Email

procurement.education@hackney.gov.uk

Telephone

+44 2083567076

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.3) Communication

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

https://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.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

Hackney Education Independent and Non-Maintained Special Schools (INMSS) Accreditation

Reference number

DN585609

two.1.2) Main CPV code

  • 80340000 - Special education services

two.1.3) Type of contract

Services

two.1.4) Short description

Hackney Education is ambitious about improving outcomes for children and young people with special educational needs and disabilities (SEND). Working together with stakeholders, we ensure the individual needs of children and young people in the borough are met with the right support, enabling them to benefit from education, skills and employment opportunities to succeed in life. If you are an independent or non-maintained special school (INMSS) and are educating Hackney pupils, you can apply for a contract and become accredited with Hackney Education via the London Tender Portal. The INMSS accreditation process provides flexibility as new providers can, having met the exclusion and selection criteria, join throughout its duration. There is no limit to the number of providers who can be accredited, and providers who are unsuccessful may re-apply at any time. The accreditation process will be managed online via Hackney's e-procurement portal ProContract under reference DN585609.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80300000 - Higher education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Hackney Education is establishing a three year Pseudo Dynamic Purchasing System (PDPS) in compliance with the Light Touch Regime outlined in the Public Contracts Regulations 2015. A PDPS can be used by authorities, where there are a number of providers capable of delivering the services needed and where an element of user choice at the call-off stage is necessary. Providers are required to complete the online accreditation form and submit due diligence documents. The accreditation will be assessed on a pass/ fail basis and all criteria are stated in the procurement documents. Providers who pass the accreditation will be awarded the National Schools and Colleges Contract. A Schedule 2 Individual Placement Agreement will then be implemented for each Hackney learner. The following settings are able to apply to become accredited: Independent Registered School Setting (Primary or Secondary), Non-Maintained Special Schools (Primary or Secondary), 16 to 19 Special Post 16 Institution and Alternative Provision (One-to-one or small group provision at home and in the community).

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: £4,500,000

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

Duration in months

36

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 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

Please refer to Selection Questionnaire. In accordance with Articles 57 to 63 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 to 63 of the Public Contracts Regulations 2015 (as amended) and as set out in the Selection Questionnaire available from the portal address www.londontenders.org.

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

three.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to Selection Questionnaire and procurement documents.

three.2.2) Contract performance conditions

Please refer to procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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 July 2025

Local time

12:00pm

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

English


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

High Court of Justice

London

Country

United Kingdom