Opportunity

EDR-23-005 Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions

  • the Education Authority

F02: Contract notice

Notice reference: 2024/S 000-013656

Published 26 April 2024, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

educationresource.procure@eani.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EDR-23-005 Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 - Post Primary Mainstream

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions

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: £23,000,000

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: Yes

Description of options

After the initial contract period there is an option to extend for period(s) up to and including 24 months

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) Description

two.2.1) Title

Lot 2 - Post Primary Special Schools and EOTAS

Lot No

2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85312300 - Guidance and counselling services
  • 85312310 - Guidance services
  • 85312320 - Counselling services
  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions

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: £5,000,000

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: Yes

Description of options

After the initial contract period there is an option to extend for period(s) up to and including 24 months

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

Full details can be found in the CfT documents section on eTendersNI.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Full details can be found in the CfT documents section on eTendersNI.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Full details can be found in the CfT documents section on eTendersNI.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Full details can be found in the CfT documents section on eTendersNI.


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-037223

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 May 2024

Local time

3:00pm

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

Tender must be valid until: 26 August 2024

four.2.7) Conditions for opening of tenders

Date

28 May 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2024

six.3) Additional information

Tenderers should ensure they read and understand the documentation found in the CFT documents area of eTendersNI. . As a Public Sector Procurement organisation, EA must adhere to the Procurement Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns. . This tender includes requirements relating to Human Rights, Modern Slavery, Supply Chain Resilience and Social Value and all tenders must meet the requirements detailed in the tender documentation to be compliant. . EA reserves the right to: . 1. Not to award any contract as a result of the procurement process commenced by publication of this notice.. 2. To make whatever changes it may see fit to the content and structure of the tendering competition.. 3. To award (a) contract(s) in respect of any part(s) of the [services] covered by this notice..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom