Opportunity

Framework for Specialist and Alternative Day Education

  • Warwickshire County Council

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

Notice reference: 2022/S 000-014159

Published 24 May 2022, 9:12am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Heather Boyd

Email

heatherboyd@warwickshire.gov.uk

Telephone

+44 1926412430

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Internet address(es)

Main address

https://www.warwickshire.gov.uk

one.3) Communication

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

https://www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.csw-jets.co.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

Framework for Specialist and Alternative Day Education

Reference number

13744

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Warwickshire County Council wishes to commission a multi provider framework for the provision of Specialist and Alternative Education Day Placements.

The tender is divided into Lots as follows:

Lot 1 - Specialist education for learners aged 4 to 25

Lot 2 - Alternative education for learners aged 4 to16

Lot 1 - Specialist Education (primary, secondary and post-16)

Substantive education day placements to meet the needs of children and young people with Special Educational Needs and/or Disabilities (SEND) aged 4-25 years, and to support them to achieve positive outcomes in accordance with their Education, Health & Care Plan (EHCP).

Lot 2 - Alternative Education (age 4-16)

Temporary education placements to support the reintegration into mainstream settings of pupils who are at risk of exclusion or have been permanently excluded from school or who are missing education for any other reason; and to ensure their education needs are met during this period.

two.1.5) Estimated total value

Value excluding VAT: £64,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Specialist education for learners aged 4 to 25

Lot No

1

two.2.2) Additional CPV code(s)

  • 80340000 - Special education services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Within the County boundaries of Warwickshire

two.2.4) Description of the procurement

This is an open procedure to commission a multi provider framework for the provision of Specialist Education Day Placements.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

After this tendering process has been completed and the contracts have been awarded the Council will be running further competitions from time to time for the same service. This is to allow new providers to apply to join the framework and to allow those who are unsuccessful first time around to re-apply.

This process will include the same documentation as this tender (with the exception of dates etc). These competitions will be live for the period of 3 to 6 months. However, if the Council receives a high level interest for the service the Council reserves the right

to close the competition at an earlier date.

two.2.6) Estimated value

Value excluding VAT: £45,000,000

two.2.7) Duration of the contract or the framework agreement

Start date

1 September 2022

End date

31 August 2026

two.2) Description

two.2.1) Title

Alternative education for learners aged 4 to16

Lot No

2

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services
  • 80210000 - Technical and vocational secondary education services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Within the County boundaries of Warwickshire

two.2.4) Description of the procurement

This is an open process to commission a multi provider framework for the provision of Alternative Education Day Placements.

During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers.

After this tendering process has been completed and the contracts have been awarded the Council will be running further competitions from time to time for the same service. This is to allow new providers to apply to join the framework and to allow those who are unsuccessful first time around to re-apply.

This process will include the same documentation as this tender (with the exception of dates etc). These competitions will be live for the period of 3 to 6 months. However, if the Council receives a high level interest for the service the Council reserves the right

to close the competition at an earlier date.

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract or the framework agreement

Start date

1 September 2022

End date

31 August 2026


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in the tender documentation.

The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on

its own evaluation of the tenderers' most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability). The accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report from Credit safe where this is available. The Council may also impose a bond or performance

guarantee on the successful tenderer. Minimum level(s) of standards possibly required:

Evidence as stated in the tender documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/uksi/2015/102/contents/made

four.2) Administrative information

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

Date

30 June 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond with us about this procurement.

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom